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

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Armament Contracting Division (WL/MNK), Building 13,
  101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810
SUBJECT: A -- AIR SUPERIORITY MISSILE TECHNOLOGY (ASMT) PROGRAM
SOL PRDA NO. MNK-0001
POC Contact Melissa Straughn, Contract Specialist, at (904) 882-4294,
  extension 3405 or Lorna Tedder, Contracting Officer, at (904)
  882- 4294, extension 3399.
DESC: CORRECTION: This synopsis is being issued in response to
  questions to Synopsis MNK 97-002 Air Superiority Missile Technology
  (ASMT) Program Parts 1 and 2 published in the Commerce Business
  Daily on 8 Nov 96. A summary CDRL listing in the proposal for
  deliverable data items is acceptable rather than an entire
  DD 1423 CDRL package. The tailored DIDs listed on the CDRLs
  are to be in Contractor format. All rocket motors (including
  inert units) will be +5" rocket motors and will be provided
  as Government Furnished Equipment (GFE). All drawings/technical
  information and chemical formulation relating to the +5" P3I
  Rocket Motor should be obtained from Alliant Techsystems. The
  point of contact at Alliant Techsystems is Mr. Lou Miltonberger
  at (304) 726-5419. The IMP and IMS may be submitted on 3.5"
  diskette with summary versions/samples in the proposal. Proposal
  information should be submitted with unlimited data rights.
  However, any data that will be provided with other than unlimited
  rights should be marked accordingly. The government is anticipating
  adequate price competition therefore, SF 1448 is required in
  lieu of the SF 1411. Further questions should be submitted
  in writing to Melissa Straughn, Contract Specialist, (904)
  882-4294 ext 3405, or Lorna Tedder, Contracting Officer, (904)
  882-4294 ext 3399 at WL/MNK, Building 13, 101 West Eglin Boulevard,
  Suite 337, Eglin AFB, FL 32542-6810. The FAX number is (904)
  882-9599.
CITE: (I-339 SN008728)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department Of The Navy, Naval Information Systems Management
  Center (code02), Bldg 176, 5th Floor, Washington Navy Yard,
  Washington, Dc 20374-5070
SUBJECT: ACRESEARCH AND DEVELOPMENT, ADVANCED TOMHAWK DISPLAY
  CENTER
SOL N/A
POC POC:  Ms.Shawna Peterson (202) 433-4678
DESC: 17. The Naval Information Systems Management Center intends
  to solicit and negotiate with only one source under the authority
  of FAR 6.302 for the development of nineteen prototype Advanced
  Tomahawk Display Center (ATDC) units for testing and evaluation,
  and deployment. The ATDCs are required to support the Advanced
  Tomahawk Weapons Control System (ATWCS) Program which is updating
  the ship-installed Tomahawk Weapons Control System with Tactical
  Advanced Computer Four (TAC-4) processors and peripherals.
  Authority:  10 U.S.C. 2304(c)(1) and 10 U.S.C. 2304(c)(2).
   Justification:  Only one responsible source and no other supplies
  or services will satisfy agency requirements and unusual and
  compelling urgency. The ATWCS is based on TAC-3/4 hardware
  and operating systems.  Test and Evaluation (T&E) of the ATDC
  is targeted for completion in the February/March 1997 timeframe.
   Failure to complete T&E would delay ATWCS by approximately
  one year, therefore jeopardizing delivery of the ATWCS to new
  construction AEGIS ships.  Due to the considerable resource
  investment in software development based on TAC equipment,
  conversion to a different processor-based systems is not possible
  due to schedule and resource constraints.  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 15 days after publication of this synopsis
  will be considered.  A determination by the Government not
  to compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. 
  Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement.  Specifications relating to the procurement described
  are not available and cannot be furnished by the Government.*****

LINK http://www.nismc.navy.mil
LINKDESC: 
EMAIL Nadine.Hughes@nismc.navy.mil
EMAILDESC: 
CITE: (W-339 SN008772)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department Of The Navy, Naval Information Systems Management
  Center (code02), Bldg 176, 5th Floor, Washington Navy Yard,
  Washington, Dc 20374-5070
SUBJECT: ACRESEARCH AND DEVELOPMENT, ADVANCED TOMHAWK DISPLAY
  CENTER
SOL N/A
POC POC:  Ms.Shawna Peterson (202) 433-4678
DESC: 17. The Naval Information Systems Management Center intends
  to solicit and negotiate with only one source under the authority
  of FAR 6.302 for the development of nineteen prototype Advanced
  Tomahawk Display Center (ATDC) units for testing and evaluation,
  and deployment. The ATDCs are required to support the Advanced
  Tomahawk Weapons Control System (ATWCS) Program which is updating
  the ship-installed Tomahawk Weapons Control System with Tactical
  Advanced Computer Four (TAC-4) processors and peripherals.
  Authority:  10 U.S.C. 2304(c)(1) and 10 U.S.C. 2304(c)(2).
   Justification:  Only one responsible source and no other supplies
  or services will satisfy agency requirements and unusual and
  compelling urgency. The ATWCS is based on TAC-3/4 hardware
  and operating systems.  Test and Evaluation (T&E) of the ATDC
  is targeted for completion in the February/March 1997 timeframe.
   Failure to complete T&E would delay ATWCS by approximately
  one year, therefore jeopardizing delivery of the ATWCS to new
  construction AEGIS ships.  Due to the considerable resource
  investment in software development based on TAC equipment,
  conversion to a different processor-based systems is not possible
  due to schedule and resource constraints.  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 15 days after publication of this synopsis
  will be considered.  A determination by the Government not
  to compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. 
  Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement.  Specifications relating to the procurement described
  are not available and cannot be furnished by the Government.*****

LINK http://www.nismc.navy.mil
LINKDESC: 
EMAIL Nadine.Hughes@nismc.navy.mil
EMAILDESC: 
CITE: (W-339 SN008773)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington,
  VA 22217-5660
SUBJECT: A -- NATIONAL OCEAN PARTNERSHIP PROGRAM
SOL N00014-
POC Mr. Brian D. Glance, Contract Specialist, ONR Code 252, (703)696-2596,
  fax: (703)696-0993.
DESC: BAA 97-005. Office of Naval Research, in anticipation of
  the implementation of the interagency National Oceanographic
  Partnership Program, solicits pre-proposals addressing a variety
  of Partnership Programs as outlined in Title II, subtitle E,
  of Public Law 104-201 of September 23, 1996, the National Oceanographic
  Partnership Program. Up to $11.5M may be available for this
  announcement which is subject to final approval by the National
  Ocean Research Leadership Council, once established. Pre-proposals
  are due January 13, 1997. Team efforts among academia, industry,
  and government participants: cost sharing and proposals augmenting
  ongoing joint efforts are very strongly encouraged. Pre-proposals
  are sought in the following major topic areas: (A) "Virtual"
  Ocean Data and Remote Sensing Center(s)/Facility(ies) that
  would capitalize on existing centers by developing broad community
  access/exchange of Navy, NOAA and other data bases together
  with data display and assimilation techniques. One to three
  awards are anticipated on this topic with funding ranging from
  $0.5M to $1M per award. (B) National Littoral (i.e., coastal)
  "Laboratory" to augment or leverage existing field efforts
  and programs, keying on analysis and modeling, but emphasizing
  model development together with data synthesis and assimilation.
  A long-term goal is development of "portable" coastal ocean/atmosphere
  forecasting capabilities. One to three awards are anticipated
  on this topic funded at $0.5M to $1M each. (C) Partnership
  efforts to accelerate and leverage existing or planned interagency
  efforts in: i) "Broad-Based" Research, such as: effects of
  algal blooms, mechanisms of cross-shelf transport, transport,
  fate, and effects of arctic ocean and coastal atmospheric contaminants,
  effects of sound on marine mammals ii) Infrastructure Support,
  such as: regional consortia approaches for ocean & atmosphere
  observing capabilities, development and application of advanced
  and/or long-term capabilities for in-situ and remote observations,
  and transparent-connectivity between shipboard computing and
  the Internet. Cost sharing by nonfederal activities is very
  strongly encouraged in this topical area. About four to eight
  awards at $0.5M to $1.5M each, encumbering a total of approximately
  $5M are anticipated. (D) Education, Outreach and Training in
  support of military and civilian oceanography to enhance ongoing
  efforts, or to establish new partnerships efforts such as:
  Exchanges between military and civilian oceanographers for
  cross-training and at-sea experience, Teachers-to-sea and telepresence
  for science education, K-12 curriculum development & supplement
  materials,- Web based marine information clearing house to
  enhance science literacy, and Approaches to increase participation
  by minorities & other under-represented groups in oceanography.
  It is anticipated that a small number of awards less than $100K
  will be considered individually, potentially as pilot projects
  for larger outyear efforts or to meet a special, focused goal,
  but that emphasis will be placed upon a few major teamed efforts
  representing the larger community. One to three larger awards
  with funding ranging between $0.5M and $1.5M each are anticipated.
  Consortia, associations and foundations are strongly encouraged
  to bundle a range of activities together and generate proposals
  representing larger community interests covering issues along
  the lines of those listed above. Interested offerors are requested
  to submit a pre-proposal to the address listed below. The purpose
  of the pre-proposal is to give a preliminary indication of
  whether effort by the offeror in preparing a full technical
  and cost proposal is warranted. A pre-proposal is a five to
  seven page technical document that outlines the scientific
  and technical issues, defines the approach, and describes the
  anticipated results. Sufficient detail must be presented to
  determine whether a formal proposal is warranted. On additional
  pages as necessary, provide a budget estimate by cost and time
  (total and broken down by year) as well as summary (short)
  resumes of the principal investigator(s). The period of performance
  should be nominally one year but may be up to two years with
  a starting date on or about 1 April 1997. Ten copies of the
  pre-proposals are due not later than 4:00PM EST on 13 Jan 1997
  to NOPP BAA/ONR 32, Room 407-8, Office of Naval Research, 800
  N. Quincy Street, Arlington, VA 22217-5660. Pre-proposals received
  at ONR after this date and time will not be considered. All
  pre-proposals must indicate BAA number and which topic area
  is being addressed on the cover page. Separate pre-proposals
  must be submitted for each topic area. E-mail and facsimile
  materials are not acceptable. No request for proposal (RFP),
  solicitation, or other announcement of this opportunity will
  be made. Based upon reviewer comments, Pre-Proposers will be
  encouraged or discouraged from submitting a full proposal.
  Encouragement to submit a full proposal based upon pre-proposal
  screen does not assure award of a grant or contract. Notification
  along with details regarding the formal requirements for full
  proposals will be distributed in a timely manner for an anticipated
  due date of the final proposal (4:00 PM EST on 07 MAR 1997).
  Pre-proposals from all sources are welcome. Historically Black
  Colleges and Universities and Minority Institutions, as determined
  by the Secretary of Education to meet requirements of 34 CFR
  Section 608.2 and 10 U.S.C. Paragraph 2323(a)(1)(C), are particularly
  encouraged to participate. Evaluations of the pre-proposals
  and full proposals will be conducted using the following selection
  criteria subject to final approval by the Council, once established:
  (1) relevance of the proposed research to Partnership objectives,
  including a) support of critical research objectives or operational
  goals such as data accessibility, education and communication,
  b) broad participation within the oceanographic community,
  c) partners with a long-term commitment to the proposed objectives,
  d) resources are shared among partners, and e) the degree of
  cost-sharing by partners with the requested Partnership funding,(2)
  overall scientific and technical merits of the proposal,(3)
  the offeror's capabilities, related experience, and facilities
  or unique combinations of these that are critical to the proposal
  objectives, (4) the qualifications and experience of the proposed
  principal investigator and key personnel, (5) degree of significant
  partnering among at least two of the following parties, academia,
  industry or government, (6) socio-economic merits of the proposal(7)
  realism of proposed costs. The final distribution of awards
  among topics will depend on quality of proposals and availability
  of funds as determined by the Council once established. For
  awards made as contracts, the socio-economic merits of each
  proposal will be evaluated based on the commitment to provide
  meaningful subcontracting opportunities for small business,
  small disadvantaged business, women-owned small business concerns,
  historically black colleges and universities, and minority
  institutions. The standard industrial classification code is
  8731 with the small business size standard of 500. In addition,
  contract proposals that exceed $500,000 submitted by all but
  small businesses, must be accompanied by a Small, Small Disadvantaged
  and Women-Owned Small Business Subcontracting Plan in accordance
  with FAR 52,219-9. Additional Information is available on the
  World Wide Web at: "http://www.onr.navy.mil/sci_tech/ocean"
  under "Additional Points of Interest". This notice constitutes
  an ONR Broad Agency Announcement (BAA) as contemplated by FAR
  6.102(d)(2). Questions regarding business and legal matters
  relating to this BAA should be directed to: Office of Naval
  Research, Attention Ms. Anna Mae Weston (Code 252), Ballston
  Towers One, 800 N. Quincy St., Arlington, VA 22217-5660, (703)
  696-4509. Technical questions may be submitted by E-mail to
  "NOPPBAA@ONR.NAVY.MIL" or by fax to "NOPP BAA" (703) 696-2007
  if necessary.
CITE: (I-339 SN008930)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, ATTN: WL/AAKE, Bldg. 7,
  2530 C Street, Wright-Patterson AFB
SUBJECT: A -- COOPERATIVE COUNTERMEASURE EXPERIMENTS
SOL PRDA #97-12-AAK
POC Contact Dawn M. Ross, Contract Negotiator, at (513) 255-5311,
  or Michele L. Dickman, Contracting Officer, at (513) 255-2976.
DESC: A--INTRODUCTION: Wright Laboratory (WL) is interested in
  receiving proposals (technical and cost) on the research effort
  described in Section B. Proposals in response to this PRDA
  shall be submitted by 17 Jan 97, 1500 hours Eastern Standard
  Time, addressed to (attn: Dawn Ross), WL/AAKE, Building 7,
  2530 C Street, Wright-Patterson AFB OH 45433-7607. Proposals
  shall not be submitted via facsimile transmission. This is
  an unrestricted solicitation. Small businesses are encouraged
  to propose on all or any part of this solicitation. Teaming
  arrangements between private industry and universities will
  also be considered. Proposals submitted shall be in accordance
  with this announcement. Proposal receipt after the cutoff date
  and time specified herein shall be treated in accordance with
  restrictions of FAR 52.215-10, copy of this provision may be
  obtained from the contracting point of contact cited in Section
  F. There will be no other solicitation issued in regard to
  this requirement. Offerors should be alert for any PRDA amendments
  to this solicitation that may be published. This PRDA may be
  amended to allow subsequent submission of proposal dates. Offerors
  should request a copy of the WL Guide entitled, "PRDA and BAA
  Guide for Industry". This guide was specifically designed to
  assist offerors in understanding the PRDA/BAA proposal process.
  Copies may be requested from the contracting point of contact
  or obtained via the world wide web site: www.wl.wpafb.af.mil/contract.
  B--REQUIREMENTS: (1) Technical Description: Infrared (IR) guided
  missile technology is a rapidly advancing technology that has
  been proliferated around the world. Of particular threat to
  aircraft are those missiles which have been specifically designed
  to be immune to the effects of certain types of IR expendables
  and jammers. The precise listing of these missile threats and
  their relationship to this program is classified, and a full
  description of the classified threats and requirements for
  this PRDA is available in the classified supplement to this
  solicitation. This program will require the offeror to conduct
  modeling and simulation (M&S) against various IR missiles.
  This program will not require the offeror to create or develop
  any new M&S code but rather will require analysis using existing
  M&S code. For this purpose, the government will make the M&S
  code MOSAIC available to all successful offerors to this solicitation.
  If the offeror wishes to use an alternate to the MOSAIC code,
  the qualifications of this M&S system and its reasons for selection
  shall be specified in the proposal. Similarly, if the offeror
  requires government test facilities for any part of this program,
  these shall also be specified in the proposal. (2) Deliverable
  Items: the following deliverable items shall be proposed (the
  term /T refers to a tailored data item): (a) Status Report,
  DI-MGMT-80368A/T, monthly, (b) Funds and Man-Hour Expenditure
  Report, DI-FNCL-80331/T, monthly, (c) Project Planning Chart,
  DI-MGMT-80507A/T, monthly, (d) Contract Funds Status Report
  (CFSR), DI-MGMT-81468/T, quarterly, (e) Presentation Material,
  DI-ADMN-81373/T, as required, (f) Scientific and Technical
  Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly,
  (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft
  and Reproducible Final) ), and (h) Test Plans, DI-NDTI-80566/T,
  as required. In addition to these deliverable items, the following
  item shall also be proposed: quarterly technical reviews conducted
  at the contractor's facility. (3) Security Requirements: (a)
  This program will be conducted at the secret level. A DD254
  will be included in the contract. Personnel clearances must
  have already been approved when proposals are submitted. (b)
  Receipt of the classified (Secret) supplement to this PRDA
  is necessary to fully respond to this announcement. The supplement
  further describes the intended objective, scope and goals of
  this effort. Wright Laboratory's Electronic Warfare Security
  Classification Guide dated 1 Mar 89 with Letter Change No.
  1 dated 16 Aug 91 and Letter Change No. 2 dated 1 Nov 93 is
  the overall classification authority for this effort. Written
  requests for the classified supplement should be addressed
  to the Contracting Point of Contact at the address listed in
  Section A. The written request must contain the organization's
  classified mailing address and associated Facility Security
  Clearance (FSC) code. The written request may be submitted
  by facsimile to the contracting point of contract, Ms Dawn
  Ross, at (937) 656-7233. After verification of the requesting
  organization's security clearance, need to know, and safeguarding
  capability, the classified material, with applicable DD254,
  will be sent to the cleared address by registered mail. Responders
  are reminded that classified responses shall be properly packaged,
  marked and transmitted, and addressed to the correct authority
  listed in Section A of this PRDA. Guidance concerning handling
  of classified information is contained in the "Industrial Security
  Manual for Safeguarding Classified Information" available from
  your local Defense Investigative Service. (4) Other Special
  Requirements: International Traffic in Arms Regulations (ITAR)
  apply. Public Law 98-94 applies to this acquisition. Offerors
  must submit approved DD Form 2345, Militarily Critical Technology
  Data Agreement with their proposal. C-- ADDITIONAL INFORMATION:
  (1) Anticipated Period of Performance: The total length of
  the technical effort is estimated to be 34 months. The offeror
  shall also provide for an additional 5 months for processing/completion
  of the final report. (2) Expected Award Date: Jun 97. (3) Air
  Force Estimate: The Air Force Funding profile is $51K in FY97,
  $250K in FY98, $250K in FY99 and $200K in FY00 for a total
  of $751K. The funding profile is an estimate only and is not
  a promise for funding as all funding is subject to change due
  to Air Force discretion and availability. (4) Type of Instrument:
  Contract Cost Plus Fixed Fee (CPFF) (completion) or Cost (no
  fee). Any grant(s) or cooperative agreement(s) will be cost
  (no fee) or cost share. Other transactions must be cost share.
  (5) Government Furnished Property: The digital M&S tool MOSAIC
  will be provided to successful offerors. Offerors not familiar
  with this tool may contact the technical point of contact,
  Mr. Koesters, for further information. (6) Size Status: For
  the purposes of this acquisition, the size standard is 500
  employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Foreign
  contractors should be aware that restrictions apply which limit
  their participation in this program. Foreign contractors will
  not be permitted to participate in this program at the prime
  contractor level. D--PROPOSAL PREPARATION INSTRUCTIONS: (1)
  General Instructions: Offerors should apply the restrictive
  notice prescribed in the provision FAR 25.215-12, Restriction
  on Disclosure and Use of Data, to trade secrets or privileged
  commercial and financial information contained in their proposals.
  Proposal questions should be directed to the contracting point
  of contact listed below. Offerors should refer to the instructions
  contained in the WL "PRDA and BAA Guide for Industry" referenced
  in Section A of this announcement. Separate technical and cost
  proposals are required and must be valid for 180 days. Proposals
  must reference the above PRDA number. Proposals shall be submitted
  in an original and four (4) copies. All responsible sources
  may submit a proposal which shall be evaluated against the
  criteria set forth in the Section E - Basis for Award. Offerors
  are advised that only contracting officers are legally authorized
  to contractually bind or otherwise commit the Government. (2)
  Technical Proposal: The technical proposal shall include a
  discussion of the nature and scope of the research and the
  technical approach. Additional information on prior work in
  this area, descriptions of available equipment, data and facilities,
  and resumes of personnel who will be participating in this
  effort should also be included as attachments to the technical
  proposal and are included in the page limit discussed below.
  The technical proposal shall include a Statement of Work (SOW)
  detailing the technical tasks proposed to be accomplished under
  the proposed effort and be suitable for contracting instrument
  incorporation. Offerors shall refer to the WL guide to assist
  in SOW preparation. Any questions should be referred to the
  technical point of contact. (3) Cost Proposal: Adequate price
  competition is anticipated. The accompanying cost proposal/price
  breakdown shall be furnished with supporting schedules and
  shall contain a person-hour breakdown per task and by calendar
  year. (4) Page Limitations: The technical proposal shall be
  limited to 75 pages (12 pitch or larger type), double-spaced,
  single-sided, 8.5 by 11 inches. The page limitation applies
  to all information, i.e., indexes, photographs, fold-outs,
  appendices, attachments, etc. (other than the specific exceptions
  stated above). Pages in excess of this limitation will be removed
  from the proposal and will not be evaluated by the Air Force.
  Cost proposals have no page limitations, however, offerors
  are requested to limit cost proposals to 20 pages as a goal.
  (5) Preparation Cost: This announcement does not commit the
  Air Force to pay for any proposal preparation cost. The cost
  of preparing proposals in response to this PRDA is not an allowable
  direct charge to any resulting award, or any other procurement
  instrument. However, it may be an allowable expense to the
  normal bid and proposal indirect cost as specified in FAR 31.205-18.
  E--BASIS FOR AWARD: The selection of one or more sources for
  award will be based on an evaluation of an offeror's proposal
  (both technical and cost) to determine the overall merit of
  the proposal in response to the announcement. The technical
  aspect, which is ranked as the first order of priority, shall
  be evaluated based on the following criteria listed in descending
  order of importance: (a) the offeror's understanding of the
  problem and the intricacies of developing new IR CM techniques
  (b) the offeror's approach toward meeting the scientific and
  technical objectives, (c) the offeror's understanding of the
  scope of the technical effort, (d) the offeror's understanding
  and experience in the field of IRCM, (e) the availability,
  from any source, of experienced scientists, engineers and technicians
  to perform the tasks in this effort, (f) the organization,
  clarity and thoroughness of the proposed SOW. Cost is ranked
  as the second order of priority. No other evaluation criteria
  will be used. The technical and cost proposals will be evaluated
  at the same time. The Air Force reserves the right to select
  for award, any, all, part or none of the proposal(s) received.
  Award of a grant, cooperative agreement or other transaction
  in lieu of a contract will be considered and will be subject
  to the mutual agreement of both parties. F--POINTS OF CONTACT:
  (1) An Ombudsman has been appointed to hear concerns from offerors
  and potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the contracting officer but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate Air Force personnel. All potential offers
  should use established channels to voice concerns before resorting
  to the use of the Ombudsman. When requested, the Ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection. The Ombudsman should
  only be contacted with issues or problems that have been previously
  brought to the attention of the contracting officer and could
  not be satisfactorily resolved at that level. These serious
  concerns only may be directed to the Ombudsman, Mr. Daniel
  L. Kugel, ASC/SY, Bldg 52, 2475 K St, Suite 1, Wright-Patterson
  AFB OH 45433-7642, E-mail kugeldl@sy.wpafb.af.mil, phone (9370
  255-3855. (2) Technical Point of Contact: Mr. Joseph Koesters,
  WL/AAJW Bldg 620, 2241 Avionics Circle Rm N1A32, Wright-Patterson
  AFB OH 45433-7304, phone: (937) 255-4174 x4021. (3) Contracting
  Point of Contact: Ms. Dawn Ross, WL/AAKE Bldg 7, 2530 C Street,
  Wright-Patterson AFB OH 45433-7607, phone: (937) 255-5311,
  fax: (937) 656-7233.
CITE: (I-339 SN008955)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Cancer Institute, Research Contracts Branch,
  TCS 6120 Executive Blvd., EPS/603 Bethesda, Maryland 20892-7220
SUBJECT: A -- MAINTENANCE OF A RODENT PRODUCTION CENTER
SOL NCI-CM-87003-28
DUE 031497
POC Carolyn E Barker, Contract Specialist, (301) 496-8620 or
  Therese M Dick, Contracting Officer, (301) 496-8620.
DESC: The Biological Testing Branch of the Developmental Therapeutics
  Program, Division of Cancer Treatment, Diagnosis, and Centers,
  National Cancer Institute, National Institutes of Health (NIH),
  is seeking an organization with the capabilities and facilities
  for producing pathogen-free rodents. To be considered for award
  of a contract, the following mandatory criteria must be met
  at the time of proposal submission to the Contracting Officer:
  The offeror must have the capability to deliver in environmentally-controlled
  trucks to the NIH campus in Bethesda, MD and to the Frederick,
  MD location. To be considered further for award, offerors should
  meet the following criteria: (1) have existing facilities which
  have the capability and performance records which document
  the successful exclusion of pathogenic organisms, (2) the Principal
  Investigator and other key personnel should have experience
  and expertise with rodent inbreeding procedures, and with the
  production of highest quality rodents, (3) organizational experience
  with the production of highest quality laboratory animals,
  and (4) willingness to participate in grantee reimbursement
  collections. It is expected that one cost-reimbursement completion
  type contract will be awarded for a five year period as a result
  of this solicitation. This award will be for 2,000 - 2,500
  cages (mouse equivalents). All breeding stock will be supplied
  by the Government. The strains and stocks to be produced will
  be determined by the Government. This proposed procurement
  is designated as a 100% small business set-aside, with a corresponding
  SIC #8731. This RFP represents a recompetition of Taconic Farms,
  Contract NO1-CM-57224. RFP NCI- CM-87003-28 will be available
  on or about January 17, 1997, with a response date of March
  14, 1997, for the receipt of proposals. All copies of RFP NCI-CM-87003-28
  may be obtained by FAX request (301) 402-6699 or by writing
  to Ms. Carolyn Barker, Contract Specialist, Treatment Contracts
  Section, Research Contracts Branch, National Cancer Institute,
  Executive Plaza South, Room 603 MSC 7220, Bethesda, MD 20892-7220.
  No collect calls will be accepted. See Numbered Note 1.
CITE: (I-339 SN008957)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, 2530 C Street, Bldg 7, Wright-Patterson
  AFB OH 45433-7607
SUBJECT: A -- EXPLORATORY RADIO FREQUENCY TECHNOLOGIES (ERFT)
SOL PRDA 97-03-AAK
POC Contact Brad Kneisly, Contract Negotiator, (937) 255-2902
  or Vicki Fry, Contracting Officer, (937) 255-5201.
DESC: Reference the announcement published 26 Nov 96 for the
  ERFT Program Research and Development Announcement (PRDA).
  The supplemental package necessary for proposal preparation
  is hereby amended. The first paragraph of the Cost/Price Format
  (Page 15) of the supplemental package is amended to add the
  following: "The offeror shall document clearly any proposed
  uncompensated hours in the cost proposal. The offeror also
  shall document how any uncompensated time will be accounted
  for during contract performance. The Government may consider
  the proposed use of uncompensated time in the analysis of the
  realism of proposed prices." The following is added to Special
  Terms and Conditions of the supplemental package: "7. The Government
  reserves the right to capture any offer of uncompensated time
  included in the candidate delivery order proposal(s) into the
  terms and conditions governing the award of future delivery
  orders under the basic contract." The supplemental package
  (as originally issued) is available at the Wright Laboratory
  R&D Contracting Home Page (www.wl.wpafb.af.mil/contract/hp.htm)
  under "Contracting Opportunities," then "Avionics: Mission."
  You also may submit a request for the package in writing if
  you are unable to access or download the information from the
  home page. Written requests should be addressed to Mr. Brad
  Kneisly, WL/AAKR, Bldg 7, 2530 C Street, Wright-Patterson AFB
  OH 45433-7607. The proposal receipt deadline remains unchanged.
CITE: (I-339 SN008985)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, 2530 C Street, Bldg 7, Wright-Patterson
  AFB OH 45433-7607
SUBJECT: A -- EXPLORATORY RADIO FREQUENCY TECHNOLOGIES (ERFT)
SOL PRDA 97-03-AAK
POC Contact Brad Kneisly, Contract Negotiator, (937) 255-2902
  or Vicki Fry, Contracting Officer, (937) 255-5201.
DESC: Reference the announcement published 26 Nov 96 for the
  ERFT Program Research and Development Announcement (PRDA).
  The supplemental package necessary for proposal preparation
  is hereby amended. The first paragraph of the Cost/Price Format
  (Page 15) of the supplemental package is amended to add the
  following: "The offeror shall document clearly any proposed
  uncompensated hours in the cost proposal. The offeror also
  shall document how any uncompensated time will be accounted
  for during contract performance. The Government may consider
  the proposed use of uncompensated time in the analysis of the
  realism of proposed prices." The following is added to Special
  Terms and Conditions of the supplemental package: "7. The Government
  reserves the right to capture any offer of uncompensated time
  included in the candidate delivery order proposal(s) into the
  terms and conditions governing the award of future delivery
  orders under the basic contract." The supplemental package
  (as originally issued) is available at the Wright Laboratory
  R&D Contracting Home Page (www.wl.wpafb.af.mil/contract/hp.htm)
  under "Contracting Opportunities," then "Avionics: Mission."
  You also may submit a request for the package in writing if
  you are unable to access or download the information from the
  home page. Written requests should be addressed to Mr. Brad
  Kneisly, WL/AAKR, Bldg 7, 2530 C Street, Wright-Patterson AFB
  OH 45433-7607. The proposal receipt deadline remains unchanged.
CITE: (I-339 SN008987)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- SYSTEMS ENGINEERING AND EVALUATIONS, SYSTEM ANALYSIS
  WORLDWIDE (SEESAW)
SOL F30602-97-R-0017
POC Alice J Colasanti, Contract Specialist, Rome Laboratory/PKRZ,
  (315)330-2491; Paul Gwyther, Laboratory Program Manager, Rome
  Laboratory/IRDO, (315)330-2389.
DESC: This is a sixty (60) month effort to provide system engineering
  to Department of Defense Intelligence Information System (DoDIIS)
  and the US Intelligence Community worldwide. Generation of
  technical documentation detailing plans, analysis, integration
  evaluations, system/network performance analysis and testing
  for existing systems and of new systems. In the course of performance,
  engineering personnel will interface with various agencies
  in the Washington DC area, through visits and electronic means
  and visit various DoDIIS and US Intelligence Community sites
  worldwide. Understanding of the Government Performance Improvement
  Act of 1993 is required. NOTE: This effort will not perform
  system development. This will be an indefinite delivery/indefinite
  quantity contract with work to be performed on a task-by-task
  basis. Tasks under this contract may be classified. SCI security
  clearance is required for performance. The Solicitation is
  not classified. The successful contractor may receive and/or
  generate technical data subject to export control in the performance
  of the contract. Therefore, prospective offerors must provide
  a completed and approved DD Form 2345 which certifies the offeror
  is on the Certified Contractors Access List (CCAL) or the offeror
  is seeking application to CCAL. The successful offeror must
  have a completed and approved DD Form 2345 prior to award.
  For further information on CCAL, contact the Defense Logistic
  Service Center at 1-800-352-3572. The RFP will be released
  no sooner than 97JAN20. Foreign participation is excluded at
  the Prime Contractor level. An Ombudsman has been appointed
  to hear significant concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  Routine questions, such as clarifications of the Statement
  of Work or the terms and conditions, are not considered to
  be "significant concerns" and should be communicated directly
  to the Contract Specialist, Alice J Colasanti, (315)330-2491.
  The purpose of the Ombudsman is not to diminish the authority
  of the contracting officer or program manager, but to communicate
  contractor concerns, issues, disagreements and recommendations
  to the appropriate Government personnel. The Ombudsman for
  this acquisition is Vincent Palmiero, Chief, Policy and Management
  Division, at 315-330-7746. 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. The Ombudsman should only
  be contacted with issues or problems that have been previously
  brought to the attention of the Contract Specialist/Contracting
  Officer and could not be satisfactorily resolved at that level.
  See Numbered Note 26 - No telephone requests for the solicitation
  will be honored. All requests must be addressed to the attention
  of the Contract Specialist, Alice J Colasanti, reference code
  I-7-4378-Z, and contain the respondent's FAX Number and Commercial
  and Government Entity (CAGE) Code. All responsible sources
  may submit a proposal in response to the RFP which shall be
  considered.
CITE: (I-339 SN008991)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- ROME LABORATORY'S STANDARDS BASED ARCHITECTURE
SOL F30602-97-R-0002
POC Renee F Arcuri, Contract Specialist, Rome Laboratory/PKRZ,
  (315)330- 4777; Chuck Schultz, Laboratory Program Manager,
  Rome Laboratory/SBAPO, (315)330-3424.
DESC: CORRECTION: This action cancels the solicitation that was
  originally published in the CBD, dated 96SEP12. Portions of
  this solicitation will be procured under the current DEIS II
  contract. Information regarding this contract can be obtained
  on the worldwide web at http://www.disa.mil/D7/DEISII.html
CITE: (I-339 SN008992)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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,
  M/S T-7I2 Washington, D.C. 20555
SUBJECT: B -- TECHNICAL ADVICE AND ASSISTANCE IN THE DEVELOPMENT
  OF THE U.S. NUCLEAR REGULATORY COMMISSION ANNUAL PERFORMANCE
  PLAN FOR FY 1999
SOL RS-RQ-70785031
DUE 121896
POC Joanna Lilley, Contract Specialist, (301) 415-6743
DESC: This is Part I of Part II - This is a combined synopsis/solicitation
  prepared in accordance with FAR, Part 13, Simplified Acquisition
  Procedures, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This synopsis/solicitation is issued as a Request
  for Proposal and incorporates provisions and clauses in effect
  through Federal Acquisition Circular 90-42. This procurement
  is restricted to small business concerns located in the Washington,
  D.C. metropolitan area. The standard industrial code (SIC)
  is 8742. Small business size standard: Average annual receipt
  for each of the three preceding fiscal years do not exceed
  $5 million. I. BACKGROUND INFORMATION: Under the terms of the
  Government Performance and Results Act (GPRA), the U.S. NRC
  is required to develop a Strategic Plan and an Annual Performance
  Plan for FY 1999. The NRC's Strategic Plan is currently under
  development as part of the Agency's Strategic Planning and
  Rebaselining Initiative, and that plan is scheduled to be submitted
  to the Commission for approval in late December 1996. The Performance
  Plan will implement the proposed Strategic Plan and the Direction
  Setting Issues Papers developed as part of the Strategic Planning
  and Rebaselining Initiative. The proposed Performance Plan
  will be developed by a Performance Plan Working Group (PPWG),
  comprised of representatives from the major NRC offices. The
  contractor shall provide assistance to the NRC in developing
  its FY 1999 Annual Performance Plan. II. REQUIREMENTS: (a)
  The contractor shall examine performance plans from other agencies
  which OMB has recommended as good samples, and based on that
  examination, make recommendations on the format and general
  content for the Performance Plan in a letter report to the
  NRC Project Manager on or about 1/17/97. (b) The contractor
  shall provide expert advice to the PPWG as they develop one
  or more performance goals for each of the three major NRC mission
  areas (referred to in the Strategic Plan as "mission- critical
  strategic arena") and determine if performance goals should
  be developed for the other (7) strategic arenas. The contractor
  shall facilitate separate one-day performance goal development
  sessions for each of the three mission-critical strategic arenas
  and a one-day discussion session to determine if performance
  goals should be developed for the other (7) strategic arenas.
  The contractor shall document the results of the facilitated
  sessions and make a recommendation regarding the performance
  goals to be included in the Performance Plan in a letter report
  to the NRC Project Manager on or about 1/17/97. (c) The contractor
  shall provide expert advice to the PPWG as they develop one
  or more performance indicators for each performance goal delineated
  in the FY 1999 NRC Annual Performance Plan. The contractor
  shall facilitate separate one-day performance indicator development
  sessions for each of the three mission- critical strategic
  arenas, provide the results of the facilitated sessions, and
  recommend performance indicators to be included in the Performance
  Plan in a letter report to the NRC Project Manager on or about
  2/14/97. (d) The contractor shall conduct an analysis and make
  a recommendation regarding the techniques to be used to verify
  and validate the data used to measure NRC progress in achieving
  its performance goals. The recommendations will be provided
  in a letter report to the NRC Project Manager on or about 3/7/97.
  (e) The contractor shall provide assistance to the PPWG in
  revising the Performance Plan as a result of BRG, EDO, Commission
  or OMB comments. Option: At the option of the NRC, the contractor
  shall facilitate additional performance goal and performance
  indicator development sessions for up to seven of the remaining
  strategic arenas. The estimated level of effort for this requirement,
  inclusive of the option, is 3.25 person months. The period
  of performance will be from date of award through February
  28, 1998. Offerors must provide a list of up to five contracts
  performed by the firm/individual which are relevant to the
  proposed NRC work. Information shall include contract number,
  brief description of the project, dollar value, period of performance,
  and two contacts at the organization which awarded each contract.
  Resumes for proposed key personnel shall also be submitted.
  Offerors must also submit a detailed cost proposal that breaks
  out the basic requirement and optional requirement. EVALUATION
  FACTORS: Offeror proposals will be evaluated based on the extent
  to which past performance of the firm and experience of key
  personnel demonstrate the contractor's capability to successfully
  perform NRC's requirements. NRC may require oral presentations
  by key personnel of the five firms who are determined to be
  technically superior based on their submission, within five
  days after proposal submission. NRC reserves the right to make
  award based solely on review of the initial written submissions.
  Award will be based on best value to the Government.
CITE: (I-338 SN008527)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: B--COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS AND INTELLIGENCE
  FOR THE WARRIOR
SOL DASW01-97-R-0012
DUE 010597
POC CONTACT BETH YANCEY, FAX (703) 695-9746
DESC: The Defense Supply Service, Washington intends to procure
  Command, Control, Communications, Computers and Intelligence
  for the Warrior (C4IFTW) for the Command, Control, Communications,
  and Computer (C4) Systems Directorate (J-6) of the Joint Chiefs
  of Staff.  C4IFTW will consist of services, analysis and studies
  for the implementation and development of future and current
  C4ISR military capabilities.  Contracted personnel will be
  required to support on and off site projects and may be required
  to purchase, network, integrate, install Automated Data Processing
  (ADP) equipment, visualization equipment or develop software
  and train personnel.  Contracted personnel must be capable
  of receiving a Top Secret/Sensitive Compartmented Information
  (TS/SCI) clearance.  A full and open competitive solicitation
  will be issued on or about 15 January 1997. The incumbent contractor
  is Science Applications International Corporation (SAIC) contract
  number MDA903-93-D-0019.  Freedom of Information Act (FOIA)
  requests should be faxed to (703) 695-9746.
CITE: (I-338 SN008611)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: B--COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS AND INTELLIGENCE
  FOR THE WARRIOR
SOL DASW01-97-R-0012
DUE 010597
POC CONTACT BETH YANCEY, FAX (703) 695-9746
DESC: The Defense Supply Service, Washington intends to procure
  Command, Control, Communications, Computers and Intelligence
  for the Warrior (C4IFTW) for the Command, Control, Communications,
  and Computer (C4) Systems Directorate (J-6) of the Joint Chiefs
  of Staff.  C4IFTW will consist of services, analysis and studies
  for the implementation and development of future and current
  C4ISR military capabilities.  Contracted personnel will be
  required to support on and off site projects and may be required
  to purchase, network, integrate, install Automated Data Processing
  (ADP) equipment, visualization equipment or develop software
  and train personnel.  Contracted personnel must be capable
  of receiving a Top Secret/Sensitive Compartmented Information
  (TS/SCI) clearance.  A full and open competitive solicitation
  will be issued on or about 15 January 1997. The incumbent contractor
  is Science Applications International Corporation (SAIC) contract
  number MDA903-93-D-0019.  Freedom of Information Act (FOIA)
  requests should be faxed to (703) 695-9746.
CITE: (I-339 SN008683)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Forest Service, Plumas National Forest, 159 Lawrence
  Street, P.O. Box 11500, Quincy, California 95971
SUBJECT: B--FRENCH EM FOREST INVENTORY, FRENCH CREEK BASIN, PLUMAS
  NATIONAL FOREST
SOL RFQ 11-97-08
DUE 122396
POC Sue Wickman, Contracting Officer, (916) 283-2050.
DESC: The purpose of this contract is to inventory forest vegetation,
  standing snags, and downed woody material on approximately
  32,000 acres of National Forest land in the French Creek Basin,
  Plumas National Forest.
CITE: (M-339 SN008839)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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 Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, BIN C15700, Seattle, WA 98115-0070.
SUBJECT: B -- SOL. WASC-7-679 FOR WATER QUALITY PROTECTION PROGRAM
SOL WASC7-679
DUE 122096
POC Bernice Robinson, Telephone (206) 526-6043. fax (206) 526-6025.
DESC: INDIVIDUAL SOUGHT TO COORDINATE WATER QUALITY PROTECTION
  PROGRAM STUDIES AT MONTEREY BAY NATIONAL MARINE SANCTUARY SOL
  WASC 7-679 - National Oceanic Atmospheric Administration /
  NOAA / Procurement Branch / Monterey Bay National Marine Sanctuary
  is seeking sources to coordinate the development, implementation
  and outreach efforts of the Monterey Bay National Marine Sanctuary
  Water Quality Protection Program (WQPP) and assist NOAA's Sanctuaries
  and Reserves Division in applying an integrated coastal management
  approach to other natural resource issues.  Issues to be addressed
  include regional monitoring and data sharing, interagency coordination,
  urban runoff, marinas and boating activities, agriculture,
  wetlands and riparian degradation, and point sources of pollution
  such as sewage out fills and off shore vessel traffic.  Period
  of performance: February 17, 1997 through February 16, 1998.
   Individual responding to this notice must posses a minimum
  - Graduate Degree in Ecological Sciences.  Term of Contract
  is for one year.  Potential Sources must provide in writing
  individual's name, address, point of contact, phone/fax numbers.
   Request for Solicitation closes 12/20/96.  This is a small
  purchase acquisition.
CITE: (I-338 SN008514)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Property Development (4PC),Suite 2500,401 West
  Peachtree St. NW,At lanta,GA 30365-2550
SUBJECT: C-CONSTRUCTION MANAGER AS CONSTRUCTOR
SOL GS-04P-97-EXC-0001
DUE 122396
POC Contact,Alison Smith,404/331-4630,Contracting Officer,Ronald
  Butler,404/331 - -4871
DESC: Correction - The Pre-Submission meeting will be held on
  December 11, 1996 a t 1:00 PM E.S.T in the existing U.S. Courthouse
  on Barr Street in downtown Lexin gton, Kentucky.  The Stage
  I submittals are to be received no later than 3:00 PM E.S.T.
  on December 23, 1996.  All other published information remains
  unchanged .
CITE: (I-338 SN008531)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Department of Labor, ETA, Division of Acquisition
  and Assistance, 200 Constitution Avenue, N.W., Room S-4203,
  Washington, D.C. 20210
SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
  SERVICES FOR A NEW PHYSICAL FITNESS CENTER AT THE GRAFTON JOB
  CORPS CENTER
SOL JC-04-97
DUE 011097
POC Kenneth S. Graves, Contract Specialist (202) 219-8706.
DESC: This project is for design and construction administration
  services for a new 30,000 GSF physical fitness center at the
  Grafton Job Corps Center, North Grafton, Massachusetts, on
  a site that is listed on the National Register of Historically
  Significant Places. The project requires the demolition of
  an abandoned heating plant on the site of the new construction
  and incorporation of the remaining portions of the existing
  building into the new facility, in accordance with The Secretary
  of the Interior's "Standards for Rehabilitation of Historic
  Properties". This project requires the highest quality design
  and exceptional creativity to provide Job Corps students with
  the best possible recreation facility while protecting the
  site's unique historical character. The physical fitness center
  will include a gymnasium, a stage area, recreational rooms
  for activities such as aerobics, weight lifting, billiards,
  and arts/crafts, a multipurpose room, and men's and women's
  shower/toilet/locker areas. The building will also contain
  center support functions, and vocational training classrooms.
  This project also includes miscellaneous site improvements,
  i.e., landscaping, roads, parking areas, utilities, site/security
  lighting, and underground storage tank removal. Firms must
  be capable of performing design services related to underground
  storage tank removal and asbestos abatement/removal and/or
  containment, including air-monitoring and construction administration
  services, and must also exhibit recent work on projects involving
  coordination with the Massachusetts State Historical Preservation
  Office. The estimated cost range for construction is between
  $1 million and $5 million, and the allowable time for design
  is 42 calendar weeks. Minimum principal disciplines required
  for this project are: Architectural, Structural, Civil, Mechanical
  (Plumbing and HVAC), Electrical, and Asbestos Consultant. Submission
  of a SF-254 and a SF-255 is required for the prime firm, along
  with the submission of a SF-254 for EACH of its consulting
  firms, if applicable. (Note: The SF-254 and SF-255 have been
  revised as of 11/92.) The revised forms delete the obsolete
  definition of "Architect/ Engineer and related services" and
  refer to the definition as stated in Part 36 of the Federal
  Acquisition Regulation (FAR). Firms needing to obtain the revised
  forms should consider utilizing the following sources: copies
  may be acquired through local Architect Institute of America
  (AIA) offices, copies may be reproduced from the FAR, Part
  53, Forms, available at local public libraries that maintain
  copies of the FAR, or copies may be requested from various
  Federal Regional and National Office locations. Firms may also
  purchase printed packages of the forms through the Superintendent
  of Documents, Government Printing Office, Washington, D.C.
  20402-9371, allow 2 to 4 weeks for delivery. The SF-254's and
  SF-255's are required to be submitted even if they are currently
  on file. Facsimile copies will not be accepted. Only those
  firms which submit the required forms by the deadline date
  of May 31, 1994, will be considered for review of qualifications.
  Failure to submit BOTH the SF-254's and SF-255 will render
  the submission unacceptable. Pertinent factors for consideration
  of qualifications, listed in order of importance, are: (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.
  Applicants are required to include a list of three (3) references
  with telephone numbers and names of contact persons with their
  submittal, and (5) Location in the general geographical area
  of the project and knowledge of the locality of the project.
  Preference for location is in the following descending order:
  (a) Local firms, (b) In-State firms, and (c) Out-of-State firms.
  Applicants should include the solicitation number of this CBD
  Notice with the location/area name in Block No. 1 of the SF-255.
  Women-owned and Minority-owned firms are encouraged to participate.
  This is a 100% Small Business Set-Aside acquisition. This Standard
  Industrical Classification (SIC) Code is 8712. The Small Business
  Size Standard is $2.5 million. The submitting firm should indicate
  in Block No. 10 of the SF-255 that it is a small business concern
  as defined in the FAR. This is not a request for proposals.
  See Numbered Note(s): 1.
CITE: (I-339 SN008725)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Department of Labor, ETA, Division of Acquisition
  and Assistance, 200 Constitution Avenue, N.W., Room S-4203,
  Washington, D.C. 20210
SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
  SERVICES FOR MISCELLANEOUS UPGRADING OF EXISTING FACILITIES
  AND SYSTEMS AT THE LOS ANGELES JOB CORPS CENTER
SOL JC-05-97
DUE 011097
POC Kenneth S. Graves, Contract Specialist (202) 219-8706.
DESC: This project is for design and construction administration
  services for miscellaneous upgrading of existing facilities
  and systems at the Los Angeles Job Corps Center, Los Angeles,
  California. The project requires the abatement of asbestos
  containing pipe insulation in the wall chases, the replacement
  of tubs and ceramic tile shower stalls with new fiberglass
  shower stalls, and the replacement of related plumbing as required,
  on the 12th and 13th floors of Building No. 1; upgrades of
  the existing egress corridor and HVAC system in Building No.
  2; and replacement of the existing roofing system and existing
  HVAC system in Building No. 3. Firms must be capable of performing
  design services related to asbestos abatement/removal and/or
  containment, including air-monitoring and construction administration
  services. The estimated cost range for construction is between
  $500,000.00 and $1,000,000.00, and the allowable time for design
  is 12 calendar weeks. Minimum principal disciplines required
  for this project are: Architectural, Structural, Mechanical
  (Plumbing and HVAC), Electrical, and Asbestos Consultant. Submission
  of a SF-254 and a SF-255 is required for the prime firm, along
  with the submission of a SF-254 for EACH of its consulting
  firms, if applicable. (Note: The SF-254 and SF-255 have been
  revised as of 11/92.) The revised forms delete the obsolete
  definition of "Architect/ Engineer and related services" and
  refer to the definition as stated in Part 36 of the Federal
  Acquisition Regulation (FAR). Firms needing to obtain the revised
  forms should consider utilizing the following sources: copies
  may be acquired through local Architect Institute of America
  (AIA) offices, copies may be reproduced from the FAR, Part
  53, Forms, available at local public libraries that maintain
  copies of the FAR, or copies may be requested from various
  Federal Regional and National Office locations. Firms may also
  purchase printed packages of the forms through the Superintendent
  of Documents, Government Printing Office, Washington, D.C.
  20402-9371, allow 2 to 4 weeks for delivery. The SF-254's and
  SF-255's are required to be submitted even if they are currently
  on file. Facsimile copies will not be accepted. Only those
  firms which submit the required forms by the deadline date
  of May 31, 1994, will be considered for review of qualifications.
  Failure to submit BOTH the SF-254's and SF-255 will render
  the submission unacceptable. Pertinent factors for consideration
  of qualifications, listed in order of importance, are: (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.
  Applicants are required to include a list of three (3) references
  with telephone numbers and names of contact persons with their
  submittal, and (5) Location in the general geographical area
  of the project and knowledge of the locality of the project.
  Preference for location is in the following descending order:
  (a) Local firms, (b) In-State firms, and (c) Out-of-State firms.
  Applicants should include the solicitation number of this CBD
  Notice with the location/area name in Block No. 1 of the SF-255.
  Women-owned and Minority-owned firms are encouraged to participate.
  This is a 100% Small Business Set-Aside acquisition. This Standard
  Industrical Classification (SIC) Code is 8712. The Small Business
  Size Standard is $2.5 million. The submitting firm should indicate
  in Block No. 10 of the SF-255 that it is a small business concern
  as defined in the FAR. This is not a request for proposals.
  See Numbered Note(s): 1.
CITE: (I-339 SN008726)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Engineering Field Activity West, Code 0221 (AB), (Bldg.
  201), 900 Commodore Drive, San Bruno, CA 94066-5006
SUBJECT: C -- ENVIRONMENTAL ENGINEERING SERVICES FOR COMPLIANCE
  WITH CLEAN AIR PROGRAM AND RELATED WORK ISSUES FOR VARIOUS
  PROJECTS IN CALIFORNIA, UTAH & NEVADA AREAS
SOL N62474-97-D-1504
DUE 010997
POC Point of Contact is Allan Blair at FAX (415) 244-2440 and
  Contracting Officer is Catherine Morris.
DESC: This is a modification to the synopsis which was published
  in the Commerce Business Daily on 22 November 1996. This synopsis
  is to modify Criteria (5) as follows: Delete the sentence in
  Criteria (5) that reads "Provide several examples of recent
  other governmental contracts..." and insert the following:
  "To demonstrate how the firm meets the Small Business, Small
  Disadvantaged Business, Women Owned Small Business, Historically
  Black Colleges and Minority Institutions criteria (i.e., evalauation
  factor number (5)), provide the following data: identification
  of any team subcontractors which are Small Business, Small
  Disadvantaged Business, Women Owned Small Business, Historically
  Black Colleges and Minority Institutions and a description
  of the work to be accomplished under the contract by these
  firms; identification of total dollar value of work planned
  to be subcontracted under the contract; identification of the
  percentage goal of planned subcontract work that will be subcontracted
  to Small Business, Small Disadvantaged Business, Women Owned
  Small Business, Historically Black Colleges and Minority Institutions
  under the contract; identification of the types of work planned
  to be subcontracted to Small Business, Small Disadvantaged
  Business, Women Owned Small Business, Historically Black Colleges,
  or Minority Institutions; and a brief description of your Small
  Business, Small Disadvantaged Business, Women Owned Small Business,
  Historical Black Colleges, and Minority Institutions outreach
  plan. If your firm is selected for award of this contract,
  this same data must be included in your Small Business, Small
  Disadvantaged Business, Women Owned Small Business, Historically
  Black Colleges and Minority Institutions Subcontracting Plan
  submitted in accordance with FAR 19.7 and DFARS 219.7, which
  will become an enforceable part of this contract." After the
  second to the last sentence of the synopsis reading "This is
  not a Request for Proposal (RFP)." insert the following: "This
  is a solicitation and the only general notification to the
  firms for environmental projects to be performed under this
  contract. All the information is included in this general notification.
  Bidders lists are not available." In the last sentence of the
  synopsis correct the spelling of the name from "Allan Balir"
  to "Allan Blair".
CITE: (I-339 SN008729)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Department of Veterans Affairs, 4150 Clement Street,
  San Francisco, Ca. 94121
SUBJECT: C -- ARCHITECT/ENGINEER SERVICES - REPLACE HVAC, BLDG.7
SOL RFP 662-14-97
DUE 020497
POC Daryl L. Hanson (415) 750-2172
DESC: A/E services to include but not limited to preparation
  of air and water reading report, design, plans, specifications,
  estimates, record drawings, reports, surveys and construction
  inspections to provide adequate supply and exhaust air volume,
  heating and cooling for spaces in Building 7, DVAMC-San Francisco.
  This building houses an auditorium, offices, chapel, classroom,
  kitchen, retail store, storage and a cafeteria. The building
  has a gross square footage of 36,000, has three (3) air handling
  units of 14K, 9K and 3K CFM and has four (4) exhaust fans 9K
  and below. The survey report shall include air, steam and water
  reading of all existing fans, diffusers, ductwork, terminal
  units and controls in addition to the typical survey. Work
  during the preliminary phase requires air, steam and water
  reading report and survey prior to the start of the preliminary
  design. All drawings shall be in CADD, including the architectural
  floor plans for the entire building. Work shall include but
  not limited to demolition; replacement of existing air handling
  units; replacement of existing VAV boxes; modify existing ductwork;
  provide electrical power and VFD; provide additional controls
  and piping; and re balance the system as required in conformance
  with ASHRAE, NEC, NFPA, VA, UBC, and local codes and regulations.
  The replacement of the roof shall be included as part of this
  project. The A/E selection criteria shall include the following
  elements (a) through (m), in addition to selection criteria
  in NOTE 24 of the CBD (not necessarily listed in order of importance
  or merit): (a) Professional qualifications of the team proposed
  for this project necessary for satisfactory performance of
  required services; (b) Specialized experience and technical
  competence in the type of work required; (c) Specific previous
  experience and qualifications of personnel proposed for this
  project, including project description; (d) Proposed management
  plan and team organization during the design phase and construction
  phase; (e) Proposed design approach for this project. Describe
  design philosophy, any problems anticipated to accomplish work,
  how to solve them and innovative approaches in production and
  design; (f) Cost control to include what techniques to be utilized,
  who is responsible. Discuss recent projects to demonstrate
  ability to meet project cost target; (g) Estimating effectiveness.
  Review the ten most recently bid projects to demonstrate estimating
  effectiveness; (h) Schedule control to include techniques utilized
  to assure schedules will be met, who is responsible for them
  and discuss recent projects to demonstrate ability to meet
  project schedules; (i) Geographic locations and facilities
  of working offices of prime and all consultants/subcontractors;
  (j) Capacity to accomplish work in the required time; (k) Past
  performance on Government and private industry contract to
  show cost control, quality of work and compliance with performance
  schedules; (l) Describe experience and capabilities in the
  following areas; Value Engineering, Life Cycle Cost Analysis
  (LCCA), Critical Path Method, Fast-Track Construction, Energy
  Conservation, New Energy Resources, Environmental Assessment,
  Specialized Experience, Computer Aided Design and Drafting
  (CADD), and other computer applications; (m) Describe awards
  received for design excellence. Describe litigation the firm
  has been involved in within the last five years. Indicate type
  and amount of liability insurance. Estimated construction cost
  is $500,000 to $750,000. Although this acquisition is not a
  set aside the successful A/E firm must establish a field office
  within commuting distance of the DVA Medical Center. Firms
  meeting requirements described in this announcement may submit
  a current SF-255 for the prime A/E and SF-254 for the prime
  and all consultants to this office. Negotiations shall result
  in a firm fixed-price contract. This is not a Request for Proposal
  (RFP). See Note(s): 24.
CITE: (I-339 SN008731)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Huntington District, Corps of Engineers, 502 8th Street
  Huntington, WV 25701-2070
SUBJECT: C -- ARCHITECT-ENGINEER SERVICES FOR VARIOUS TYPES OF
  CIVIL WORKS PROJECTS LOCATED IN THE HUNTINGTON DISTRICT
SOL N/A
POC Cheryl D. Brunty, Contract Specialist, 304-529-5006.
DESC: CONTRACT INFORMATION: Architect-Engineer services are required
  for an Indefinite Delivery Contract for various types of Civil
  Works Projects located in the Huntington District geographical
  area. Contract period will be for a base period of one year
  with two option years. Individual fixed-price work orders will
  not exceed $1,000,000 and the annual ceiling for the base year
  and the option years is $1,000,000 per year. Multiple contracts
  may be awarded from this announcement. Individual work orders
  will be given to the firm most qualified for that type of work.
  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 intends to subcontract. The
  plan is NOT required with this submittal. Quality Control Plans
  will also be required at the time of award. The wages and benefits
  of service employees (see FAR 22.10) performing under the resulting
  contract must be at least equal to those determined by the
  Department of Labor under the Service Contract Act. PROJECT
  INFORMATION: A-E services will include the reconnaissance,
  feasibility, and final design, layout, preparation of design
  computations, contract drawings, specifications and estimates.
  Drawings must be prepared on a CADD System and must be directly
  compatible with the Intergraph CADD System or translated at
  100% compatibility by the A-E. Capability for scanning hard
  copy into the CADD and 3D Design are also preferred. Work may
  require using the metric system. Specifications shall be prepared
  with a personal computer compatible with IBM AT Computers and
  using SPECSINTACT format. SELECTION CRITERIA: See Note 24 for
  general selection process. The selection criteria are listed
  below in descending order of importance (first by major criterion
  and then by each sub-criterion). Criteria a-e are primary.
  Criteria f-h is secondary and will only be used as "tie-breakers"
  among technically equal firms. a. Professional Qualifications:
  Qualified registered professional personnel in the following
  key disciplines: Civil Engineers, Structural Engineers, Mechanical
  Engineers, Electrical Engineers, Sanitary Engineers, Architects,
  Specification Writers, Estimators, Engineering Technicians
  and Draftsmen/CADD Operators. (The evaluation will consider
  education, training, registration, HTRW certification and experience),
  b. Specialized Experience and Technical Competence: firm must
  demonstrate experience in local protection, floodwalls and
  levees, sanitary and water projects, pump stations, recreation,
  residential and commercial floodproofing, residential and commercial
  buildings, bridges, roads, bank protection/channel improvement,
  portions of navigation (locks and dams) projects, flood control
  dams, HTRW and computer capability, c. Past Performance: experience
  with respect to cost control, quality of work, and compliance
  with performance schedules, d. Capacity to perform large civil
  works projects, e. Knowledge of the Locality: Kentucky, Ohio,
  Virginia and West Virginia. This should include geological
  features, construction and material standards and permits and
  licenses, f. Geographic Proximity: location of the firm in
  the general geographical area of the Huntington District, g.
  SB and SDB Participation: extent of participation of small
  businesses, small disadvantaged businesses, woman-owned businesses,
  historically black colleges and universities and minority institutions
  in the proposed contract team, measured as a percentage of
  the total estimated effort and h. Volume of DoD Contracts awarded
  in the previous twelve (12) months. SUBMISSION REQUIREMENTS:
  See Note 24 for general submission requirements. Interested
  firms having the capability to perform the work and who desire
  to be considered must submit two copies of SF 255 (11/92 edition)
  and two copies of SF 254 (11/92 edition) for the prime firm
  and all consultants, to the above address not later than the
  close of business on the 30th day after the date of this announcement.
  If the 30th day is a Saturday, Sunday, or Federal holiday,
  the deadline will be the close of business of the next business
  day. Solicitation packages are not provided. This is NOT a
  request for proposal.
CITE: (I-339 SN008760)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Ralph H. Johnson Department of Veterans Affairs Medical
  Center, 109 Bee Street, Charleston, SC 29401-5799
SUBJECT: C -- MENTAL HEALTH PRODUCT LINE EXPANSION
SOL 534-29-97
DUE 123096
POC Mary S. Whittaker, Contracting Officer, (803) 577-5011X7789
DESC: This is an Emerging Small Business Set-aside. SIC: 8712.
  Provide A/E Design Services for Project No. 534-97-201, Mental
  Health Product Line Expansion, to 1) Develop & expand existing
  design concepts; provide all necessary design analysis & engineering
  studies; 2) Provide competitive bid documents including plans,
  specs & detailed cost estimates; 3) Provide limited construction
  period services; 4) Provide post-construction services to reflect
  actual construction in record & as-built plans. Project will
  design the minimum renovations required to relocate several
  existing functions in two remote parts of the Facility. The
  work will result in expanded mental health services. Disciplines
  involved may include, but are not limited to: architectural,
  electrical, mechanical, industrial hygiene, dietetic kitchen
  design & interior design. Industrial hygiene services will
  be required during the preparation of the documents. All professional
  services including industrial hygiene shall be a part of the
  design team announced in the SF 254's & 255's. Consultant design
  qualifications shall be clearly stated also. Estimated construction
  cost: $287,000. Specific A/E evaluation factors, not in priority
  order are: 1) Professional qualifications of the entire team
  in areas necessary for the satisfactory performance of the
  required services. Particular attention will be given to overall
  design team coordination; previous experience in working together
  as a team; & estimating capabilities & accuracy. Each member
  of the team will be considered individually for their professional
  qualifications & experience relevant to the project & collectively
  for their ability to function as a team; 2) Specialized experience
  & technical competence by all members of the team in renovation
  of health care facilities, with examples of similar type project
  designs; 3) Capacity to produce competitive bid documents in
  a short time frame & a demonstrated ability to design renovations
  within a given budget; 4) Past performance on contracts with
  Government agencies as well as private industry, in terms of
  cost control, quality of work, & compliance with performance
  schedules; 5) Location of principle firm within a one hundred
  (100) mile geographical radius of Charleston, SC; 6) Computer
  Assisted Drafting (ACADR 12/13) capabilities. A/E firms are
  required to respond in writing if interested & shall submit
  a completed SF 254 & SF 255. SF 254's are not kept on file
  at this Medical Center. Firms responding to this announcement
  by Close of Business, 4:30 PM (local Charleston, SC, time)
  Dec. 30, 1996, will be considered. Firms selected for interview
  will be requested to present their approach for this project
  & demonstrate their experience. This is not a request for proposal.
  Contract award is subject to the availability of funds.
CITE: (I-339 SN008764)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING
  SERVICES FOR THE STATE OF OHIO
SOL 232098-97-A-0026
DUE 010397
POC Purchasing Specialist, D.W. Tokasz, (410) 997-6214.
DESC: This is a Request for Qualifications. The contract for
  A/E Services will be for two years, with individual work orders
  being issued. At discretion of the Postal Service, the selected
  firm will train architects designated by the Contracting Officer
  in ``Postal Store'' and related Postal-Design criteria. Projects
  will consist of repair and alteration work in existing post
  office locations. Each work order will be negotiated as an
  individual project. Work orders for any one project cannot
  exceed $100,000.00, and the total contract cannot exceed $500,000.00
  for each 12-month contract period. The contract may be renewed
  for three, one year periods. The total amount of work ordered
  over the five-year period may not exceed $2,500,000.00, or
  be less than $5,000.00. Architectural firms which meet the
  requirements described  in this announcement are invited to
  submit: (1) a Standard Form 254, Architect-Engineer and Related
  Services Questionnaire, (2) a Standard Form 255, Architect-Engineer
  and Related Services Questionnaire for Specific Project, and
  (3) any supplemental data. Those submitted must be postmarked
  by January 3, 1997. The selection will be conducted with the
  combined use of SF-254 and SF-255. Interested firms with more
  than one office must indicate on their SF 255 the staffing
  composition of the office in which the work will be performed.
  Consideration will be given to interested firms responding
  to this advertisement in accordance with the foregoing instruction
  in the following order of preference: 1. Firms and consultants
  with knowledge of and recent  (within 12 months) successful
  experience with ``Postal Store'' and related retail design
  criteria; 2. Firms located within the State of Ohio. Architectural
  firms will be considered as local only if their sole office
  is in the local geographical area or they have a local branch
  office and all the architectural design, coordination, and
  management of the project will be performed in that office.
  Selection criteria will take into account the number of contracts
  for any individual firm to a maximum of 2 contracts for any
  combination of contracts at the same time with the Postal Service;
  computer capabilities and expertise shall be considered; performance
  histories on Postal Service projects; and previous experience
  performance references. The  prime firm shall have a minimum
  of three (3) registered architects fully CAD/D experienced.
  The contract contains a requirement for firms to provide evidence
  of current insurance of $200,000 of errors and omissions per
  claim and a copy must be attached to the package. Participation
  of Minority-Owned Businesses is a consideration in U.S. Postal
  Service architectural selections. It is prohibited to pay any
  fee, commission, percentage, or brokerage fee to any person
  or firm contingent upon or resulting from award of a contract
  for this solicitation. No other general notification for this
  project will be made. This is not a request for proposal.
CITE: (M-339 SN008837)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING
  SERVICES FOR THE AREA OF ERIE (ZIP 155, 157-168) IN THE STATE
  OF PA
SOL 232098-97-A-0025
DUE 010397
POC Purchasing Specialist, D.W. Tokasz (410) 997-6214.
DESC: This is a Request for Qualifications. The contract for
  A/E Services will be for two years, with individual work orders
  being issued. At discretion of the Postal Service, the selected
  firm will train architects designated by the Contracting Officer
  in ``Postal Store'' and related Postal-Design criteria. Projects
  will consist of repair and alteration work in existing post
  office locations. Each work order will be negotiated as an
  individual project. Work orders for any one project cannot
  exceed $100,000.00, and the total contract cannot exceed $500,000.00
  for each 12-month contract period. The contract may be renewed
  for three, one year periods. The total amount of work ordered
  over the five-year period may not exceed $2,500,000.00, or
  be less than $5,000.00.  Architectural firms which meet the
  requirements described in this announcement are invited to
  submit: (1) a Standard Form 254, Architect-Engineer and Related
  Services Questionnaire, (2) a Standard Form 255, Architect-Engineer
  and Related Services Questionnaire for Specific Project, and
  (3) any supplemental data. Those submitted must be postmarked
  by January 3, 1997. The selection will be conducted with the
  combined use of SF-254 and SF-255. Interested firms with more
  than one office must indicate on their SF 255 the staffing
  composition of the office in which the work will be performed.
  Consideration will be given to interested firms responding
  to this advertisement in accordance with the foregoing instruction
  in the following order of  preference: 1. Firms and consultants
  with knowledge of and recent (within 12 months) successful
  experience with ``Postal Store'' and related retail design
  criteria; 2. Firms located within the area of the Erie District,
  Pennsylvania (zip codes 155, 157-168; 3. Firms located in the
  state of Pennsylvania. Architectural firms will be considered
  as local only if their sole office is in the local geographical
  area or they have a local branch office and all the architectural
  design, coordination, and management of the project will be
  performed in that office. Selection criteria will take into
  account the number of contracts for any individual firm to
  a maximum of 2 contracts for any combination of contracts at
  the same time with the Postal Service; computer  capabilities
  and expertise shall be considered; performance histories on
  Postal Service projects; and previous experience performance
  references. The prime firm shall have a minimum of three (3)
  registered architects fully CAD/D experienced. The contract
  contains a requirement for firms to provide evidence of current
  insurance of $200,000 of errors and omissions per claim and
  a copy must be attached to the package. Participation of Minority-Owned
  Businesses is a consideration in U.S. Postal Service architectural
  selections. It is prohibited to pay any fee, commission, percentage,
  or brokerage fee to any person or firm contingent upon or resulting
  from award of a contract for this solicitation. No other general
  notification for this project will be made.  This is not a
  request for proposal.
CITE: (M-339 SN008838)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Property and Fiscal Officer for New Mexico, ATTN:
  Contracting Division, 47 Bataan Blvd., Santa Fe, NM 87505-4695
SUBJECT: C--INVESTIGATIVE, DESIGN, CONSTRUCTION SUPERVISION
SOL DAHA29-97-R-0001
POC Diana Duran, (505) 474-1823, Contract Specialist, or CPT
  Lou A. Zolofra, (505) 474-1803, Contracting Officer.
DESC: A-E Indefinite Delivery/Quantity Services for the 150th
  FW/CE Kirtland AFB, NM is hereby canceled.
CITE: (M-339 SN008848)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG
  MS 39180-3435
SUBJECT: C--INDEFINITE DELIVERY TYPE CONTRACT FOR MISCELLANEOUS
  DESIGN SUPPORT SERVICES WITHIN ENGINEERING DIVISION (CONTRACT
  NOS. 1 AND 2)
SOL W807PM-6311-0031
POC LAURA CESPEDES (601) 631-5575 (Site Code CW38)
DESC: Correction: This action originally published in the CBD
  dated 11/18/96 is modified as follows: Due date for responses
  is changed from "23 December 96" to "18 December 96"; Item
  1, "CONTRACT INFORMATION," is changed from, "two indefinite
  delivery contacts," to up to three indefinite delivery contracts;"
  add "geotechnical" after "geologic" in the second sentence
  of No. 2, "PROJECT INFORMATION;" and in Items a and c of No.
  3, "PRESELECTION CRITERIA;" Change item, "4. SUBMISSION REQUIREMENTS,"
  to read, "5 SUBMISSION REQUIREMENTS." All other information
  publicized in the original synopsis is correct.
CITE: (I-339 SN008872)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES FOR
  THE STATE OF WEST VIRGINIA
DUE 123196
POC John Hagan, (910) 665-2815.
DESC: Correction: Said area is no longer restricted to specific
  counties but will include ALL counties in the State of West
  Virginia. Consideration will be given to firms responding to
  this advertisement in the following order of preference: (1)
  firms located within the State of West Virginia and (2) firms
  located outside the State of West Virginia. All other information
  publicized in the original synopsis is correct.
CITE: (M-339 SN008912)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USFPO FOR Oregon, P.O. Box 14840, Salem, Oregon, 97309-5008
SUBJECT: C--INDEFINITE DELIVERY QUANTITY CONTRACT, LOCATED AT
  KINGSLEY FIELD IAP, KLAMATH FALLS, OR
SOL DAHA35-97-R-0003
DUE 010397
POC Brian Riese, Contract Specialist, at (503) 945-3929.
DESC: Architectural-Engineer design services required by this
  solicitation will consist of several repair and maintenance
  projects for the 173rd Fighter Wing (FW) of Kingsley Field,
  Klamath Falls, OR. This contract will be an Indefinite Delivery
  Indefinite Quantity type contract. The A-E firm will be capable
  of providing the 173rd FW with the following disciplines: Civil,
  Electrical, Mechanical, Structural, Environmental, Sanitation,
  and Architectural services. Selection criteria for the A-E
  firm will be  ranked in the following order of importance;
  (1) Professional Qualifications necessary for satisfactory
  performance; (2) Specialized experience and technical competence;
  (3) Capacity to accomplish the work in the required time; (4)
  Past Performance; (5) Location; (6) Volume of D.O.D. work previously
  awarded; (7) Personal Interview (this item will not adversely
  affect the A-E's chance for selection if A-E chooses to decline
  the interview). Individual Delivery Orders will not exceed
  $300,000.00, and the total dollar amount of all delivery orders
  will not exceed $1,500,000.00 for one year. The government
   has the option to extend the contract period after the first
  year for an additional year. The total dollar amount for the
  option year will be  $1,500,000.00 for a maximum contract potential
  of $3,000,000.00 in two years. Qualified firms desiring consideration
  shall submit one copy of their SF 254 (copy must be less than
  one year old) and a current copy of their SF 255 to be received
  no later than 1530 on 3 January 1997 at the USPFO for Oregon,
  ATTN 2LT Brian Riese, P.O. Box 14840, Salem, OR 97309-5047.
  The Point of Contact for the 173rd FW is Captain Christian
  Gatz. This is not an RFP (request for proposal). All responsible
  sources may submit qualifications which will be considered
  by the agency.
CITE: (M-339 SN008915)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: US Army Engineer District, P.O. Box 1070, Nashville,
  TN 37202-1070
SUBJECT: C -- C-FIRM, FIXED PRICE CONTRACT FOR DESIGN SERVICES,
  MURFREE SPRING ENVIRONMENTAL EDUCATION CENTER, MURFREESBORO,
  TN
SOL DACW62-97-R-0006
POC Contract Specialist Charles Appleton (615)736-7910 Virginia
  Selwyn Contracting Officer (615)736-7276 Technical Information
  John Manor (615)736-5110.
DESC: A contract will be awarded to prepare design documents
  for construction of a 30,000 SF environmental education center/childrens
  museum at the Murfree Spring site in Murfreesboro, TN. CONTRACT
  INFORMATION Contract time period will be negotiated after selection.
  Groups with prime-sub relationships or joint ventures will
  be considered as well as firms having all disciplines in-house.
  Responding groups or firms must have demonstrated competence
  and experience in the following disciplines: architecture,
  environmental, civil, strcutural, electrical, mechanical, landscape
  architecture, interior design, and museum/exhibit design. The
  estimated construction cost is $4 million. The contract is
  anticipated to be awarded in Feb 1997. 2. PROJECT INFORMATION
  The project will be designed in two phases. Phase 1 will be
  preparation of the site for construction and will include environmental
  remediation, asbestos abatement plans, and demolition plans
  for two existing municipal buildings (water treatment plant
  and steam plant). Phase II will be preparation of final plans
  & specification for the new 30,000 SF building and associated
  site development, roads, parking, utility relocations, and
  wetland/spring interpretation. The award of the demolition
  contract is scheduled for October 1997. All CADD services must
  be compatible with Microstation Version 5.0 or later. 3. SELECTION
  CRITERIA See Note 24 for general selection process information.
  The selection criteria are listed below in descending order
  of importance. Criteria a-d are primary. Criteria e-f are secondary
  and will only be used as "tie-breakers" among technically equal
  firms. a. Professional qualifications of the key project management
  and technical personnel to be assigned to the contract. Evaluation
  factors will include the education, training, experience, and
  registration of these personnel, b. Specialized experience
  and technical competence of the prime firm and any subcontractors
  in the type of work required. Evaluation factors will include
  knowledge of local and regional codes and regulations, the
  effectiveness of the proposed management structure and the
  prior working relationship between a prime firm and any subcontractors.
  A single point of contact between the A-E and the Government
  project manager must be clearly identified, c. Capacity of
  the firm to accomplish the work., d. Past performance and experience
  on DOD and other contracts with respect to cost control, quality
  of work, and compliance with schedules, e. Geographical proximity
  of the office responsible for contract negotiations and production
  of the work in relationship to the Nashville District Office
  and the city of Murfreesboro, TN, f. Volume of DOD contracts
  within the last twelve months with the object of effecting
  an equitable distribution of contracts among qualified A-E
  firms including small and small disadvantaged business firms.
  4. SUBMISSION REQUIREMENTS See Note 24 for general submission
  requirements. Firms desiring consideration are invited to submit
  1 copy of an updated and accurate SF 254 (11/92 edition) and
  SF 255 (11/92 edition). A current SF 254 is also required for
  all subconsultants. If the prime contractor to perform the
  work is located in a branch office, the SF 255 shall reflect
  key disciplines and experience for the branch office only.
  Include the firm's ACASS number in SF 255, Block 3b. The business
  size status (large, small and/or minority) should be indicated
  in SF 255, Block 3b. Definition: A concern is small if the
  annual receipts averaged over the past 3 fiscal years do not
  exceed $2.5 million. For ACASS information, call 503-326-3459.
  Firms submitting SF 254 and SF 255 by the closing date will
  be considered for the work. No other general notification to
  firms under consideration for this work will be made and no
  further action is required. This is not a Request for Proposal.
  Solicitation packages are not provided for A-E contracts. Personal
  visits for the purpose of discussing the work are discouraged.
  Telephone calls are welcomed. For SF 254 and SF 255 submittal
  by express mail, the delivery address is: U.S. Army Corps of
  Engineers, Estes Kefauver Building, 110 Ninth Avenue South,
  Nashville, TN 37203, ATTN: CEORN-CT, Room A-604. Documents
  should be submitted by January 3, 1997.
CITE: (I-339 SN008945)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: C -- DESIGN/EVALUATION OF AIRFIELDS AND ROADWAYS WORLDWIDE
SOL DACA45-97-R-0010
POC For Further information, contact John M. Miller at: (402)
  221-4176.
DESC: Amendment to DESIGN/EVALUATION OF AIRFIELDS AND ROADWAYS
  WORLDWIDE SOL DACA45-97-R-0010 appearing in CBD issue of 11/19/96.
  This amendment makes the following changes: Under SELECTION
  CRITERIA, delete items (2) and (4) and replace with the following:
  "(2) Design and technical support during construction of new
  airfield and roadway pavement." and "(4) Design of conventional
  bridges." In SUBMITTAL REQUIREMENTS, delete the fourth and
  fifth sentences and replace with the following: "Submittal
  must be received no later than close of business on January
  3, 1997." Also change the phone number for technical questions
  to (402) 221-7267. All other information in the original solicitation
  remains unchanged.
CITE: (I-339 SN008954)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA,
  FT SHAFTER HI 96858-5440
SUBJECT: C--PREPARATION OF ELECTRICAL DISTRIBUTION AND GENERATION
  STUDY, KWAJALEIN ATOLL
SOL DACA83-97-R-0003
DUE 010697
POC Harold Nakaoka, Technical Manager, (808) 438-0021 (Site Code
  XXCA83)
DESC: C--Architect-Engineer Services. Preparation of Electrical
  Distribution and Generation Study, Kwajalein Atoll. (a) CONTRACT
  INFORMATION: Architect-Engineer services procured in accordance
  with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required
  fr the preparation of a comprehensive atoll-wide electrical
  distribution and generation study for Kwajalein Atoll. This
  will be issued as a negotiated fixed-price contract. The estimated
  amount of the contract is between $500,000 and $1,000,000.
  The contrac is anticipated to be awarded in June 1997. The
  selected firm will be required to obtain Defense Base Act insurance
  (workman's compensation insurance) for work performed outside
  the United States. This announcement is open to all businesses
  regardless of size. (b) PROJECT INFORMATION: Work includes
  A-E services and preparation of an atoll-wide electrical power
  distribution and generation study for Kwajalein Atoll It shall
  be prepared from data gathered by the A-E or provided by the
  Government. The report shall propose and study recommendations
  made by the Government of alternate means to distribute power
  from existing and planned power plant(s) to support other isands
  in the atoll. Multiple scenarios shall be studied. The report
  shall address/identify assets, requirements, technical analysis,
  calculations, and findings, cost estimates, life-cycle cost
  analysis, recommendation of the most feasible/cost-effective
  alternative, additions or upgrades required to implement the
  alternative, and implementation plan. Metric system of measurements
  and CADD may be required for the peparation of the study and
  its deliverables. (c) SELECTION CRITERIA: See Note 24 for general
  selection process. The PRIMARY selection criteria in descending
  order of importance are: (1) professional qualifications of
  the firm's staff/consultants to be assined to the projects;
  (2) specialized experience of the firm in power distribution
  and generation studies; (3) specialize experience of the firm
  in the design of power distribution systems or power generation
  facilities; (4) the firm's past performance on DoD and private
  sector contracts (cost control, quality of work, compliance
  with schedule); (5) capacity of the firm to accomplish work
  in the reuired time (size of firm, workload, etc.); (6) knowledge
  of the locality of the projects; and (7) demonstrated success
  in prescribing the use of recovered materials and achieving
  waste reduction and energy efficiency in facility design. The
  SECONDARY selecion criteria in descending order of importance
  are: (1) location of the firm; (2) volume of recent DoD work;
  and (3) 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.
  Offeror must provide adequate documentation in blocks 7g and
  10 of the Standard Form 255, Architect-Engineer and Relted
  Services Questionnaire for Specific Project, to illustrate
  the extend of participation of the above-mentioned groups in
  terms of the percentage of the total anticipated contract effort.
  The selected firm, if a large business firm, must comply with
  FAR 2-219-9 regarding the requirement for a subcontracting
  plan on that part of the work it intends to subcontract. The
  subcontracting goals for this contract are that a minimum of
  50% of the contractor's intended subcontract amount be placed
  with small business (SB), which includes small disadvantaged
  businesses (SDB) and 30% be placed with SDB. The subcontracting
  plan is not required with this submittal but th successful
  large business firm must submit an acceptable plan before any
  award can be made. (d) SUBMISSION REQUIREMENTS: Firms desiring
  consideration must submit a Standard Form 255 no later than
  4:00 p.m., Hawaiian Standard Time, by the due date shown abve
  or within thirty (30) calendar days from date of this announcement,
  whichever is later. Should the due date fall on a weekend or
  holiday, the submittal package will be due the first workday
  thereafter. All responding firms must also include completed
  Standard Form 254 for themselves and their subconsultants,
  if not already on file with the Pacific Ocean Division. Submittals
  will be sent to the adress shown above. Small and disadvantaged
  firms are encouraged to participate as prime contractors or
  as members of joint ventures with other small businesses. All
  interested contractors are reminded that the successful contractor
  will be expected to plac subcontracts to the maximum possible
  extent with small and disadvantaged firms in accordance with
  the provisions of Public Law 95-507. For further information
  regarding this proposed acquisition, telephone (808) 438-0021.
  Request for Proposal No. DACA83-97-R-0003 shall be utilized
  to solicit a proposal from the firm selected. This is not a
  request for a proposal.
CITE: (I-339 SN008873)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Directorate of Public Works, Engineering, Plans and Services
  Division, ATTN: Robert Winne, 1816 Shop Road, Fort Lee, VA
  23801-1604
SUBJECT: C--A-E DESIGN SERVICES FOR VARIOUS PROJECTS FOR THE
  DIRECTORATE OF PUBLIC WORKS, FORT LEE, VIRGINIA
POC Robert Winne, (804) 734-5150.
DESC: A-E Services for the design and preparation of plans, specifications,
  and cost estimates for various projects, as needed for the
  Directorate of Public Works (DPW), Fort Lee, Virginia. Solicitation
  #DABT59-97-R-0002. The Fort Lee DPW will also support projects
  as needed for other Tidewater Region DPW's. CONTRACT INFORMATION:
  The services that may be required will consist of, but not
  limited to one or more of the following: Designs and/or Feasibility
  Studies for new structures, various repairs, alterations and/or
  improvements to existing facilities, Project Management of
  construction projects, AutoCAD Services, Environmental Surveys,
  Reports, Studies, and the design for the clean-up, removal,
  monitoring and/or abatement of asbestos,  hazardous/toxic materials
  and petroleum products. An Indefinite Delivery Contract (IDC)
  will be negotiated and awarded for one (1) Base period, plus
  two (2) Option periods. Task Orders for the base period and
  option periods shall not exceed $1,000,000.00 per period. The
  cumulative total of all Task Orders for both the base and option
  periods shall not exceed $3,000,000.00. The maximum dollar
  limitation for any task order awarded, shall be limited to
  $1,000,000.00. Upon exhausting the dollar value for any period,
  the next option period may be exercised at that time. The contract
  is anticipated to be awarded in the Summer of 1997. An additional
  award may result from this synopsis, for a period of up to
  one (1) year after the date of selection  approval. This announcement
  is being solicited on an unrestricted basis. Should a large
  business be selected for this contract, it shall comply with
  FAR 52.219-9, ``Small Business and Small Disadvantaged Business
  Subcontracting Plan'', for that portion of work it intends
  to subcontract. This plan is not required with this submittal,
  but must be approved prior to award to any large business.
  For informational purposes, the small business size standard
  is $2.5 million in annual average gross revenues for the last
  three (3) fiscal years. ****SELECTION CRITERIA: The following
  are the selection criteria in descending order of importance.
  Criteria A, B, C & D are primary. Criteria E & F are secondary
  and will be used as ``tie-breakers'' among technically equal
   firms. ****A. PROFESSIONAL QUALIFICATIONS: The design team
  must possess registered personnel with experience in the following
  disciples; Architectural, Structural, Mechanical, Electrical,
  Civil, Land Surveying, Geotechnical (Soils Engineer), and Environmental.
  In addition, a Certified Industrial Hygienist must be part
  of the design team, and a copy of their Board of Industrial
  Hygiene Certificate must be included in Block 10 of the SF
  255. The Project Team Management, including a team organization
  chart and proposed method of carrying out the work to meet
  the anticipated project requirements and schedules must be
  provided and addressed. ****B. SPECIALIZED EXPERIENCE and TECHNICAL
  COMPETENCE: Address experience of the design team by  providing
  examples of projects in a wide variety of multi-discipline
  design projects and studies. Indicate work completed under
  current and/or recently completed IDC's. Firms must indicate
  in Block 10 of the SF 255 their Computer resources on the following
  items; (1) Accessibility to and familiarity with the Construction
  Criteria Base (CCB) System. This shall include as a minimum:
  (2 & 3) SPECSINTACT Specification System and MCACES Estimating
  System, (with ability to produce and provide in ASCII format);
  (4) ARMS (Automated Review Management System); (5) Must possess
  and address in-house AutoCAD capability, version(s) 12 and/or
  13 (with capacity to produce output files in ``.dxf'' or ``.dwg''
  file format); (6) Access to a 14.4 Kbps modem or better.  ****C.
  CAPACITY TO ACCOMPLISH WORK. Firms must address the ability
  of the design team to complete projects within mandatory time
  frames, including multiple Delivery Orders under an IDC. Provide
  specific examples of both in Block 10 of the SF 255. ****D.
  PAST PERFORMANCE. Provide examples of project specific work,
  including past and/or current IDC's, with the Department of
  Defense (DoD) and other Government Agencies and/or private
  industry. Provide recent ACASS Evaluations, (Excellent performance
  evaluations on projects will be considered). Provide letters
  of evaluations and/or recognition by other clients. Provide
  specific examples of cost control and estimating performance
  on past projects. Include a Point of Contact with current telephone/FAX
   numbers for each contract/project listed in BLOCK 8c of the
  SF 255. ****E. LOCATION. Location of the firm within the general
  geographical area of the proposed requirement(s). ****F. VOLUME
  OF WORK. Provide for the volume of DoD and other Government
  Agency contracts awarded in the past 12 months, (design dollar
  value only). Considerations shall also include current workload
  as listed in Block 9 of the SF 255, and equitable distribution
  of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT
  a Request for Price Proposal (RFPP). ALL requirements of this
  announcement MUST be met for a firm to be considered responsive.
  Interested firms having the capabilities to perform the anticipated
  work must submit an original SF 255 for the Firms Design Team
  and  a current SF 254 for the Prime Firm and for all consultants
  as listed in Block 6 of the Prime Firm's SF 255 to the address
  as stated above. The following is additional information requested.
  The SF 254 MUST include the following: (1) BLOCK 7: Firms with
  more than one office must provide addresses, telephone/FAX
  numbers and number of personnel for each office. (2) BLOCK
  7a: Total number of Personnel for each office as listed in
  BLOCK 7. The SF 255 must include the following: (1) BLOCK 3:
  The Prime Firm's ACASS ID number, CEC (Contractor Establishment
  Code) and DUNS number. (2) BLOCK 4: Distinguish by discipline
  the number of personnel in the Prime's office (line B), and
  all consultants (line A), to perform the work, and the total
  number of personnel for each  line; (2) BLOCK 7c: Each key
  person's office address, including telephone/FAX numbers if
  different than as stated in block 3 of the SF 255 or block
  1 of the SF 254; (3) BLOCK 7f: Registrations must include state,
  year and discipline; (4) BLOCK 8: Descriptive project synopsis
  which best illustrates the prime's qualifications relevant
  to this announcement; (4) An organizational chart indicating
  all key personnel (Prime and Consultants), to be utilized under
  this contract. Supplemental information, such as cover letters
  will not be taken into consideration. The complete Package
  must be received at the address indicated above by 3:00 p.m.
  on Wednesday, January 15, 1997. No exceptions. Submittals received
  by FAX will not be accepted and considered nonresponsive. 
  prior to the final selection, firms considered Most Highly
  Qualified to accomplish the work may be interviewed by telephone
  or by formal presentation. For additional submission information,
  see number note 24.
CITE: (M-339 SN008889)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: National Heart, Lung, and Blood Institute, NIH, HLVD
  Contracts Section, 6701 ROCKLEDGE DR MSC7902, BETHESDA MD 20892-7902
SUBJECT: D -- SYSTEMS AND APPLICATIONS DEVELOPMENT PROGRAM (ADP)
SOL RFP NHLBI-HO-97-07
DUE 012797
POC Robert A. Julia, Contracting Officer (301) 435-0340/Fax (301)
  480- 3338/EMAIL rj12s@nih.gov.
DESC: The National Heart, Lung, and Blood Institute (NHLBI),
  National Institutes of Health (NIH), has a requirement to analyze,
  design, program, implement, modify, and enhance NHLBI information
  systems and provide training in their use. This Information
  Technology (IT) acquisition is a recompetition of an existing
  contract to provide IT support services for the maintenance
  and enhancement of ongoing NHLBI-wide information systems and
  new systems planned to meet the increasing requirements for
  research grants and contracts, administrative, and scientific
  information. This work must be continued, and new systems are
  planned to be developed. These systems will utilize a combination
  of mainframe, microcomputer, client/server, Web and network
  hardware and software technologies. The contractor will provide
  professional assistance in applications and systems development
  utilizing current software techniques and technology. The new
  contract will be awarded for a five year period. This will
  provide for the acquisition of resources to maintain and enhance
  the ongoing systems and to support new projects that are planned.
  The proposed contract is estimated to require approximately
  18 systems analyst/programmers (37,440 person-hours) per year
  over a five year contract period beginning June 30, 1997. The
  IT resources to be obtained will provide the following: (1)
  Applications Development: analyze, evaluate, design, develop,
  test, and implement new microcomputer, client/server, and Web
  systems through collaboration with NHLBI Intramural and Extramural
  staff; modify and enhance existing systems and applications
  to meet new requirements and technology improvements; provide
  program maintenance, modernization, and technical support as
  required; and (2) Database Administration: review, develop,
  and implement database security; implement and review database
  standards including naming conventions, documentation standards,
  and maintenance procedures for backup, recovery, and periodic
  purges; monitor application and database performance and take
  corrective action in the event that performance degrades to
  an unacceptable level; install and maintain Database Management
  Systems (DBMS) software and databases; and create and maintain
  scripts, links, indexes, triggers, and stored procedures. Offerors
  will be required to present plans detailing the technical approaches,
  procedures, and time schedules for accomplishing these objectives.
  This is not a Request for Proposals (RFP). It is anticipated
  that RFP NHLBI-HO-97-07 will be available on or about December
  19, 1996 on the NIH Gopher. Access via the NIH Website (http://www.nih.gov).
  At the NIH Home Page select "Grants & Contracts," then select
  "NIH Gopher Directory" (within the contracts page). Offerors
  which have access to the NIH Gopher Server can access the RFP
  by pointing the gopher client to gopher://gopher.nih.gov:70/11/res/rd-rfp.
  A hardcopy version of the RFP will be mailed to any organization
  unable to access the RFP online. Proposals will be due on or
  about January 27, 1997. This proposed program is 100% set aside
  for eligible SBA 8(a) program vendors; the SICC is 7379.
CITE: (I-339 SN008730)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: General Services Administration, FTS, Telecommunication
  Acquisition Services, 7ZTE, 819 Taylor Street, Fort Worth,
  Texas 76102-6105
SUBJECT: D--MODIFICATION TO SKYTEL GOVERNMENT SALES, PAGING SERVICES
  CONTRACT GS-07K96BGD00018
POC Robert D. Goudy, Contracting Officer, (817) 978-4074.
DESC: The General Services Administration, Federal Telecommunications
  Service, intends to modify the current contract for paging
  services with SkyTel Government Sales to expand the scope of
  the contract from the original eleven states to a nationwide
  scope. The current contract provides for 2-Way immediate narrow
  band paging service in a 933 frequency range and allows for
  use of small, form-fit devices. Paging service provides the
  ability to generate messages and receive replies via the IntraNet/InterNet,
  ability to integrate both 2-way and 1-way pagers for responses
  of messages. Paging service has the ability to provide local,
  regional, nationwide, and international coverage. Provides
  a customized, centralized, direct billing  system and has in-place
  agreements with all Radio Common Carriers licensed by the FCC.
CITE: (M-339 SN008913)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: U.S. Environmental Protection Agency , 26 W. Martin Luther
  King Dr., Cincinnati, OH 45268
SUBJECT: D--SOFTWARE APPLICATION FOR INVENTORY CONTROL AND DISTRIBUTION
SOL C700092T1
POC William Bailey - (513)569-7912
DESC:    Sources Sought  The U.S. Environmental Protection
  Agency in Cincinnati, Ohio is interested in reviewing current
  , commercially available software application packages for
  use in inventory control and the distribution of EPA hard copy
  publications.    The on-line application package must operate
  on the EPA Telecommunications Network of LANS/MANS/WANS on
  a PC3.1 Windows/Windows 95/Novell Netware/LAN Platform. 
  A single application, or subsystems that are tightly integrated,
  should permit:    Inventory Management    - locate/browse/order
  by alphanumeric, publication number, title, or partial   
   title   - price and code description fields   - restrict
  ordering    On line ordering from myriad locations    Customer
  name and address masterfile    Print mailing label from order
  screen    Produce standard management reports ...    Procedures
  included to download database files in ASCIII and EBCDIC formats
      Security access at a minimum of four levels  Multiple
  approaches are acceptable for varied software languages and/or
  database management systems solutions.  This is not a request
  for proposals and there is not a current acquisition plan in
  place to acquire this software.  This request is exploratory
  in nature to research existing commercially available products
  for future planning purposes.  Submit information to: 
   USEPA  Room 291/Sources Sought  Cincinnati, Ohio 45268
   Telephone calls will not be accepted nor will visits or sales
  calls be accommodated. 
LINK http://www.epa.gov/oam/cinn_cmd
LINKDESC: 
  Management Division - Cincinnati 
CITE: (W-339 SN008656)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: General Services Administration, OIM, FTS, 7ZTE, 411
  West 7th Street, Suite 600, Fort Worth, Texas 76102-6105
SUBJECT: D--LOCAL DIAL TONE SERVICE FOR FEDERAL AGENCIES IN BATON
  ROUGE, LOUISIANA
POC Sandra J. Marquart, Contracting Officer, (817) 978-3537.
DESC: This is a sources sought market survey for vendors certified
  by the Louisiana Public Utility Commission to provide local
  telephone exchange services. The Government intends to establish
  a Rate Stabilization Agreement for two years with three, one
  year renewal options for local telephone exchange service for
  Federal Agencies in Baton Rouge, LA. This service will provide
  a total of 556 main station lines, (152 lines in the Court
  House) with the remaining at 34 locations varying between 1
  and 100 lines at each location. A partial list of required
  services include: use of ESSEX tariff service features or equal;
  interface to the FTS2000 long distance network; delivery of
  dial tone to the designated demarcation points on each floor
  of  the service locations; access to intra LATA areas; operability
  with numerous multi-vendor office key systems; capability to
  add or delete service locations and main lines; number portability
  for the current ESSEX exchange numbers five digit dialing for
  intra-system calling; access to 911 Emergency services and
  functions; monthly billing information on magnetic media itemized
  by pilot directory number, service type and area codes; and
  access to directory number information. Local telephone service
  providers having the ability to provide these services are
  required to furnish detailed data concerning their services
  to the above address within 30 calendar days from the date
  of this synopsis. See note 22.
CITE: (M-339 SN008832)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: E--Purchase of Structures and Facilities
OFFADD: Commander, Naval Special Warfare Group TWO, Bldg 2008,
  NAB, Little Creek, Norfolk, VA 23521
SUBJECT: E--PURCHASE OF STRUCTURES AND FACILITIES
SOL USZA97-97Q-0007
DUE 121396
POC Betty Bonner, (804) 363-4201, fax (804) 464-8795.
DESC: The Naval Special Warfare Command, Group 2, anticipates
  an award to purchase a 54' x 24' double wide modular office
  facility. Award will include delivery and set-up and blocked
  on concrete. Anticipated award date mid January 1997.
CITE: (M-339 SN008964)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: Department of Veterans Affairs, Great Lakes Healthcare
  Systems, Contract Service Center, Bldg. 5, 5000 West National
  Ave., Milwaukee WI 53295
SUBJECT: G -- READJUSTMENT COUNSELING
SOL RFQ 69D-177-97
DUE 010297
POC Mary Skladanek, Contracting Officer, (414)384-2000x6907
DESC: Provide readjustment counseling to veterans referred by
  the Madison Vet Center or VAH Madison, Wisconsin. Offeror must
  have established offices in the following counties of the Upper
  Peninsula in Michigan: Alger, Chippewa, Luce, Mackinac, Marquette
  and Schoolcraft. Requests for solicitations must be submitted
  in writing. No telephone requests will be accepted. FAX requests
  are acceptable. FAX to: (414) 382-5383.
CITE: (I-339 SN008946)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave. Suite 500, Everett, WA
SUBJECT: J -- USS CHANDLER (DDG-996)
SOL N62799-97-B-0015
DUE 021197
POC G. Wing, 206-304-5804
DESC: Place of performance: Naval Station Everett. Contract dates
  02/11/97 thru 03/20/96.  Description of work: Miscellaneous
  structural and machinery repairs.  Sources who currently hold,
  or are qualified for and willing to enter into an Agreement
  of Boat Repair/Master ship Repair Agreement DFAR (217.71) prior
  to award, may submit a bid which shall be consider by this
  agency.  Firms which do not, possess an Agreemnet for Boat
  Repair/Master Ship Repair Agreement are ineligible for award
  unless adequate time exists to permit the navy to perform an
  assessment of their MSR application to execute the ABR/MSRA
  without impacting the vessel's availability dates.
CITE: (I-338 SN008529)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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 & OVERHAUL OF THERMOCOUPLE, MOUNTING
  BRACKET AND ASSOCIATED DATA ITEMS IN SUPPORT OF THE OH-58D
  AIRCRAFT
SOL DAAJ09-97-R-0067
DUE 010897
POC Gina Raciti, Purchasing Agent, AMSAT-A-PNBC, (314) 263-0609
  or Ronald C. Kuschel, Contracting Officer, AMSAT-A-PNBC, (314)
  263-0620.
DESC: ATCOM proposes to acquire on an other than full and open
  competitive basis, Thermocouple, Mounting Bracket and associated
  data items in support of the OH-58D aircraft. This proposed
  acquisition is for an estimated one (1) year with a four (4)
  year option. Thermocouple - Min. Qty: 7 ea; Max Qty: 30 ea
  plus 2 ea Foreign Military Sale (FMS). Mounting Bracket - Min.
  Qty: 10 each; Max. Qty: 52 ea plus 3 ea FMS. Thermocouple Output
  NSN: 6685-01-415-6396, Input NSN: 6685-01-167-1926, Output
  P/N: 23063390, Input P/N: 6893077. Mounting Bracket - Output/Input
  NSNs: 5340-01-166-9048; Output/Input P/Ns: 6892824. The proposed
  procurement is intended for authorized Allison Distributors
  (Small Businesses) and is restricted due to technical data
  not being available to support a fully competitive solicitation.
  The overhaul data is Allison Publication No. 14W3, which are
  to be contractually processed as "Commercial Off-the-Shelf
  Items". Allison Engine Co, Indianapolis, IN (Cage: 73342) is
  the original equipment manufacturer (OEM) and the publication
  number is only available to Allison & Allison licensed contractors.
  This synopsis is for informational purposes only. All responsible
  sources may submit a proposal which shall be considered by
  the agency. See Numbered Note(s): 1.
CITE: (I-339 SN008738)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Air Warfare Center, Aircraft Division, Indianapolis,
  6000 East 21st Street, Indianapolis, IN 46219-2189
SUBJECT: J -- SERVICE AND MATERIALS TO EVALUATE AND REPAIR TO
  FUCTIONAL SPEC IFICATIONS: EVAPORATOR COMPRESSOR P/N 674826-103
  S/N 0008
SOL N00163-96-M-5174
DUE 121096
POC Frances Pitcher, General Supply Specialist, (317) 306-2514,
  Fax (317) 306-7599.
DESC: Notice of intent to award a sole source contract to Parker
  Hannifin Corp., Air and Fuel Division, 18321 Jamboree Road,
  Irvine Ca 92715, for repair of Evaporator/Compressor S/N 0008
CITE: (I-339 SN008748)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: USDA Forest Service, Room 710 N, Procurement & Property,
  1720 Peachtree Rd., NW, Atlanta, GA 30367-9102
SUBJECT: J--EXCLUSIVE USE HELICOPTER SERVICES FOR FIRE SUPPRESSION
SOL R8-97-06
POC FAX request for bidding documents to (404) 347-3318. Call
  Shirlie Cook (404) 347-2669 for bid related questions. Call
  Melvin Booker (404) 347-2667 for technical information.
DESC: Provide exclusive use helicopter services of two type III
  Helicopters (Bell 206B III or equivalent) and two fuel trucks
  with drivers. Helicopters should have water buckets, (long
  lines and remote hooks Optional) for use in prescribe burning,
  fire suppression activities, aerial ignition and other administrative
  uses George Washington/Jefferson National Forest in Virginia.
  Helicopters, pilots, fuel trucks and drivers must all be Interagency
  Fire Carded with a minimum of four passengers seating capacity,
  capable of hovering in-ground effect 1,450 pounds and out-of-ground
  effect 1,200 pounds non-jetable load at 5,000 feet at 86 degrees
  fahrenheit. Estimated 52 day contract periods starting March
  10. Helicopter, Bid Item I, is to be at the Shenandoah  Valley
  Airport in Staunton, VA. Helicopter, Bid Item II, is to be
  at the Virginia-Highlands Airport in Abingdon, VA. Bids will
  be accepted for either or both Bid Items. Award will be made
  on lowest bid per Bid Item, and may result in two contract
  awards. The estimate closing date is January 23, 1997. This
  is a 100% small business set-aside.
CITE: (M-339 SN008840)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-93-G-A054
POC Specialist Carol Gleixner (717) 790-2627. Contracting Officer,
  J.B. Dieter (717) 790-4446. For expedited requests use FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Radios, Portable Systems. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Transceiver. NSN 7G 5820-00-334-8407.
  P/N 01-168301-1. Technical data is not available and cannot
  be furnished. Contact the firm of C-Ran Corporation, 669 4th
  Street, NW., Largo, FL 34640, for subcontracting opportunities.
  All responsible sources may submit  an offer which, if received
  in a timely manner, will be considered. See Note 22.
CITE: (M-339 SN008844)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-91-G-A065
POC Specialist, Ann Irwin (717) 790-2246. Contracting Officer,
  J.G. Labosh (717) 790-2844. For expedited requests use FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of CFEE COMM (SPAWAR) System. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Printed Wiring Board. NSN 7G 5999-01-272-7011.
  P/N 275549-100. Technical data is not available and cannot
  be furnished. Contact the firm of Litton Systems, Inc/Data
  Systems Division, 29851 Agoura Road, Agoura Hills, CA 91376-6008,
  for subcontracting  opportunities. All responsible sources
  may submit an offer which, if received in a timely manner,
  will be considered. See Note 22.
CITE: (M-339 SN008845)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-89-G-A136
POC Specialist, D. Diebert (717) 790-6160. Contracting Officer,
  D. Diebert (717) 790-6160. For expedited requests use fax number
  (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of CIWS Systems. The restored items will be returned to supply
  stock or issued for immediate fleet use. One major item to
  be restored is Power Supply.  NSN 7H 6130-01-2475817.  P/N
  5336336. Technical data is not available and cannot be furnished.
  Contact the firm of Wilorco, Inc. 729 W Anaheim Street, Long
  Beach, CA 90813-2819, for subcontracting opportunities. All
  responsible sources may submit an offer  which, if received
  in a timely manner, will be considered. See Note 22.
CITE: (M-339 SN008846)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-96-G-A012
POC Specialist, A. Blodgett (717) 790-6289. Contracting Officer,
  Jodene R. Watkins (717) 790-4253. For expedited requests FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of HRAC Mfrd by Dresser-Rand. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is High Pressure Compressor. NSN 7H 4310-01-040-9432.
  P/N 20NL30A. Technical data is not available and cannot be
  furnished. Contact the firm of Dresser-Rand, Engine Process
  Compressor Division, 100 Chemung Street, Painted Post, NY 14870,
  for subcontracting  opportunities. All responsible sources
  may submit an offer which, if received in a timely manner,
  will be considered. See Note 22.
CITE: (M-339 SN008847)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Corpus Christi Army Depot, Directorate of Contracting,
  308 Crecy Street, Bldg. 129, Stop 7, Corpus Christi, Texas
  78419-5260
SUBJECT: J--NONPERSONAL SERVICES TO PROVIDE PREVENTIVE MAINTENANCE
  OF GOVERNMENT-OWNED PERKIN ELMER SCIENTIFIC EQUIPMENT
SOL DAAC83-97-T-1006
DUE 121796
POC Beverly Fenner-Ruiz, Contract Specialist, (512) 939-2570,
  Glenda M. Simnacher, Contracting Officer, (512) 939-2543 (Site
  Code DAAC83).
DESC: Nonpersonal services and material to provide preventive
  maintenance of government-owned Perkin Elmer Scientific equipment,
  gas chromatograph with accessories. Request for the Statement
  of Work must be in writing to FAX (512) 937-1126 (OR) mail
  to Commander, SIOCC-AQ, ATTN: Beverly, Corpus Christi Army
  Depot, 308 Crecy Street, Corpus Christi, TX 78419-5260. Award
  will be made using simplified acquisition procedures. Information
  hours are 7:00 a.m. to 4:30 p.m., Monday through Thursday to
  (512) 939-2570. All responsible sources may submit an offer
  which will be considered.
CITE: (M-339 SN008899)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: AETC CONS/LGCR  550 D Street East Ste 08 Randolph AFB
  TX 78150-4434
SUBJECT: J--MAINTENANCE REPAIR OF DOD COMMISSARY REFRIGERATION
  AND HVAC SYSTEMS
SOL F41689-97-R-0009
DUE 012897
POC Harold R. Stark  Phone: 210-652-2491, William Crenshaw Phone:
  210-652-2491 
DESC: The Air Force desires to acquire, in support of the Defense
  Commissary Agency (DeCA), The maintenance and repair of referigeration
  and HVAC  Systems in Military Commissaries at approximately
  fourteen (14) location  in the DeCA Southwest Region.  Thirteen
  (13) commissaries are located in  Northeast and Northwest
  California and one (1)  in Northwest Utah.   The period of
  performance will commence 1 Feb 97, or date of award through
    one year thereafter with three priced one year options to
  extend for a total  performance period not to exceed 48 months.
   Requests for this Solicitation shall be made in writing.
   Fax requests will be accepted at Fax (210) 652-2737.   
EMAIL starkh@rndgate1.aetc.af.mil
EMAILDESC: 
CITE: (W-339 SN008921)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (Bid Clerk/vpl), Maintenance and Logistics
  Command Pacific, Coast Guard Island, Bldg. 50-7, Alameda, CA
  94501-5100
SUBJECT: J--DOCKSIDE REPAIRS OF THE USCGC CONIFER
SOL DTCG85-97-B-625L71
DUE 020397
POC Dianne H. Jackson, Contracting Officer, (510) 437-3809.
DESC: The Maintenance and Logistics Command Pacific Area is proposing
  a contract for the Dockside Repairs of USCGC CONIFER homeported
  San Pedro, CA. The work shall be performed at the cutters homeport.
  The Period of performance commences 03 March thru 02 May 1997.
  Major work items include and not limited to: temporary services,
  dockside, cargo hoisting gear repair, electric motor overhaul,
  life raft installation, gasoline storage mods, deck covering
  replacement, forecastle bulwark repair, cargo hatch repair,
  bridge wing door renewal, weather deck preservation and aft
  berthing fire-retardant deck tile renewal and etc. The solicitation
  will be issued on or about 23 Dec 1996. This   procurement
  is under the Small Business Competitive Demonstration Program.
  This notice is for informational purposes for Minority, Women-Owned,
  Disadvantaged Business Enterprises: The Department of Transportation
  (DOT), Office of Small and Disadvantaged Business Utilization
  (OSDBU), has programs to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  for transportation-related contracts. Loans are available under
  the DOT Short Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing. The maximum
  line of credit is $500,000. For further information and forms
  concerning the ASTLP,   call OSDBU at (800) 532-1169. For information
  concerning the acquisition, contact the contracting official
  listed above. All responsible sources may  submit an offer
  which shall be considered by the agency.
CITE: (M-339 SN008959)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commanding Officer (Code 048), Simplified Acquisitions
  Branch, USCG Engineering Logistics Center, 2401 Hawkins Point
  Rd., Baltimore, MD 21226
SUBJECT: J--REPAIR OF 8 ZOOM AND 6 FIXED LENS LOW LIGHT CCTV
  CAMERAS
SOL DTCG40-97-Q-80017
DUE 121896
POC Robert Orofino, Purchasing Agent, (410) 636-4436 CWO W Middleton,
  Contracting Officer, (410) 636-7744. Please fax quotes to Telefax
  Number (410) 636-3095.
DESC: 1. 5820-01-315-6277, Camera, Low Light Zoom Lens, Philips
  Comm P/N TC1036/HZ2 or TC10336K492, 8 each. 2. 5820-01-315-6278,
  Camera Low Light Fixed Lens, Philips Comm P/N TC1036/H12, 6
  each. Repair of the Cameras for which engineering drawings,
  specifications and schematics are not available. FOB: USCG
  Engineering Logistic Center, Columbia, MD. Delivery 60/120
  days ARO. All responsive and responsible sources may submit
  a bid which will be considered by this agency. This announcement
  constitutes a request for quotation under Simplified Acquisition
  Proceedings. No additional request for quotations shall be
  issued.
CITE: (M-339 SN008966)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: VA Medical Center, Contracting Officer (90), 4801 Linwood
  Blvd., Kansas City, MO 64128-2295
SUBJECT: J -- SOURCES SOUGHT FOR SIEMEN'S LFOV SYSTEM PREVENTIVE
  MAINTENANCE SERVICES
SOL 589-97-1-088-0016
DUE 123196
POC Contracting Officer, H.W. Smith, (816) 922-2053
DESC: Sources are being sought to provide preventive maintenance
  services on Siemen's LFOV System, Model 6413. The Government
  intends to negotiate sole source with Siemen's if no responses
  are received. Firms having the ability to provide this service
  should notify the CO in writing prior to COB 12/31/96. Fax
  request will be accepted Fax # 816-922-3331.
CITE: (I-339 SN008928)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: K -- 473 RETROFIT KITS FOR THE CH-47 HELICOPTER UNDER
  ENGINEERING CHANGE PROPOSAL PHL-CH-47-D223, INSTALL HANDHOLDS
  IN CENTER CARGO H
SOL DAAJ09-95-G-00180023
DUE 011597
POC Brenda Robinson, Contract Specialist, 314-263-3083 or Detra
  Battle- Blue, Contracting Officer, 314-263-0565.
DESC: Effort is sole source to Boeing Defense & Space Group,
  Helicopters Division, P.O. Box 16858, Philadelphia, PA 19142-0858
  -- Authority for other than full and open competition is 10
  U.S.C. 2304(c)(1) -- The proposed contract action is for services/supplies
  for which the Government does not have adequate data available
  to permit full and open competition. Firms that can accomplish
  the above requirements are encouraged to identify themselves
  to Boeing Defense & Space Group, Helicopters Division, for
  subcontracting purposes only. See Numbered Note(s): 22.
CITE: (I-339 SN008739)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility,
  Code 218, Wallops Island, VA 23337
SUBJECT: M -- AIRCRAFT SERVICES
SOL RFP5-10053A
DUE 121996
POC Donna E. Rafferty, Contract Specialist, 804-824-1419, donna.e.rafferty.1@gsfc.nasa.gov,
  James L. Mitchell, Contractin Officer, 804-824-1067, james.l.mitchell.1@gsfc.nasa.gov.
DESC: Aircraft Services on-site at GSFC/Wallops Flight Facility
  (WFF). This is a notice of intent to issue a letter Request
  for Proposal on a noncompetitive basis in accordance with 10
  U.S.C. 2304(c)(1) - "Only One Responsible Source", to DynCorp
  Aerospace Operations, 6500 W. Freeway, Suite 600, Ft Worth
  TX 76116 for an eight month extension, February 1, 1997 through
  September 30, 1997, under contract NAS5-31046. As a result
  of a decision by NASA Headquarters to consolidate NASA Aircraft
  at Dryden Flight Research Center (DRFC), services were not
  resolicited for a follow-on contract. NASA Headquarters has
  since revised its decision and has elected to continue operating
  aircraft at WFF through Fiscal Year (FY) 1997, September 30,
  1997. An extension of services for eight months is required
  to complete flight operations for programs already scheduled
  and to effect a safe and timely transition of the aircraft
  in the event that NASA Headquarters elects to relocate the
  aircraft at the end of FY 1997. Without extension of the current
  contract, these services cannot be accomplished. An intensive
  training syllabus is required by WFF aircraft are extensively
  modified to accomplish non-standard specific mission requirements
  involving complex flight management systems not standard on
  other aircraft and science navigation instrumentation integrated
  in the flight control systems for precise and accurate navigation
  and data collection. Any firms desiring consideration are requested
  to fully identify their capabilities to provide these services
  within 15 days of publication of this synopsis, in writing,
  to the GSFC/Wallops Flight Facility and individual listed above.
  Collect calls are not accepted. See Numbered Note(s): 22.
CITE: (I-339 SN008989)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, 718 Smyth Rd., Manchester, NH 03104
SUBJECT: Q -- RADIOLOGY SERVICES
SOL 608-26-96
DUE 012397
POC Sherye Phillips, Contracting Officer, (603) 626-6510
DESC: Provide Radiology Services on a per diem basis, as requested.
  Contract term is for one base-year, and two option years, beginning
  on or about 2/1/97. Solicitations must be requested in writing.
  Requesters must furnish name, address (to include street address),
  telephone number and point of contact at their company. Solicitations
  will be available on or about 12/23/96. SIC Code for this acquisition
  is 8093. Small Business Size Standard is 3.5 million.
CITE: (I-339 SN008727)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- MEDICAL LABORATORIES
SOL DTCG84-97-R-3KB899
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: The Maintenance and Logistics Command Atlantic intends
  to award a nonpersonal services contract to the qualified individual
  or business capable of providing non-personal outpatient Medical
  Laboratory Technology services to all eligible beneficiaries
  at the U. S. Coast Guard Training Center, Cape May, New Jersey
  in accordance with the established principles, practices, and
  ethics of the Medical and Medical Laboratory Technology profession.
  The Statement of Work, in addition to the specific services
  required, will be provided in the solicitation. The performance
  period will be for a base year plus four (4) twelve month option
  periods. The SIC Code is 8099. This solicitation will be issued
  on or about December 23, 1996. Request for solicitation must
  be in writing. Telephone requests will not be honored. Facsimile
  requests may be transmitted to (757) 628-4134; Attn: Xiomarys
  Vargas; however, the MLCLANT assumes no responsibilty for the
  receipt of facsimile transmissions. "This Notice is for informational
  purposes for Minority, Women-Owned and Disadvantaged Business
  Enterprises: The Department of Transportation (DOT), Office
  of Small Disadvantaged Business Utilization (OSDBU), has a
  program to assist minority, women-owned and disadvantaged business
  enterprises to acquire short-term working capital assistance
  for transportation-related contracts. Loans are available under
  the DOT Short-Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing. The maximum
  line of credit is $500,000. For further information and applicable
  forms concerning the STLP, call the OSDBU at (800) 532-1169.
  For information concerning the acquistion, contact the contracting
  official listed above." Any correspondence concerning this
  acquistion shall reference Request For Prospal (RFP) Number
  DTCG84-97-R-3KB899. All responsible sources may submit an offer
  which will be considered by this agency. See Numbered Note(s):
  1
CITE: (I-339 SN008749)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: COMMANDER, US ARMY CONTRACTING COMMAND KOREA, Unit #15289,
  APO AP 96205-0062
SUBJECT: Q--MEDICAL DENTIST - FULL TIME IN SUPPORT OF ACOFS LOGISTICS,
  18TH MEDCOM, UNIT #15281, APO AP 96205-0054 FACILITY LOCATION:CAMP
  CASEY, TONGDUCHON, REPUBLIC OF KOREA
SOL DAJB03-96-R-0205
DUE 122096
POC Purchasing Agent MR. MATTHEW B. GREENWAY Military DSN: 724-3357
  Commercial: 011-82-2-7914-3357 Military Fax: DSN 724-7067 Commercial
  Fax: 011-82-2-7914-7067 (Site Code DAJB03)
DESC: Medical Dentist shall provide services in support of 18th
  MEDCOM, Tongduchon, Camp Casey, Republic of Korea.
CITE: (I-339 SN008888)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Health and Human Services, Indian Health Service, 1825
  Bell Street, Ste 200, Sacramento CA 95825-1097
SUBJECT: Q--HEALTH SERVICES FOR THE URBAN INDIAN POPULATION OF
  SANTA BARBARA, CA
SOL 235-97-R0005
DUE 020297
POC Harry J. Weiss  tel:  916-566-7001 Ext. 141
DESC:  Health Care for the Urban Indian population of Santa Barbara.
   This acquistion is restricted to the American Indian Health
  & Services Corporation in accordance with Title V of the Indian
  Health Care Improvement Act.  No requests for the RFP will
  be accepted.
EMAIL hweiss@ihs.ssw.dhhs.gov
EMAILDESC: 
CITE: (W-339 SN008907)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: US Postal Service, Purchasing & Materials Service Center,
  Attn: Manager, 2 Hudson Place - 6th Floor, Hoboken, NJ 07030-5515
SUBJECT: Q--NATIONAL PREEMPLOYMENT & DOT DRUG SCREENING PROGRAM
SOL 335660-97-A-0051
DUE 122096
POC POC Point of Contact-John A.Trosky (201)217-2217, Willena
  Adgers-Peterson (201-217-2217
DESC: The United States Postal Service is seeking to Prequalify
  companies to provide laboratory drug testing services. The
  Postal Service intends to award two  contracts for these services.
  Services will be awarded by geographic area, with each contractor
  being responsible for fifty percent of the total estimated
   number of tests.Labs that are capable of providing testing
  services are invited to request a prequalification package
  which outlines all of the requirements which must be demonstrated
  in order to be considered as a prequalified offeror. The prequalification
  statement must contain written documentation supporting the
   offeror's contention of qualification. Contracts will be awarded
  on a site specific basis; multi-site labs must specify a single
  site for testing. After the evaluation of all prequalification
  statements, the Postal Service will determine which laboratories
  are qualified to receive the Request For Proposals (RFP).
  Some of the criteria which will be used to assess whether an
  offeror is qualified are: 1.Capacity, Offerors must be capable
  of processing at least 200,000 specimens per year. 2.Licensure,
  Offerors must be licensed under the Clinical Labs Improvement
  Act, 1967 (42 USC 263a-263n). Labs must be certified  by the
  National Institute of Drug Abuse (NIDA). 3.Processing, All
  specimens must be processed under accepted forensic standards
  and chain of custody documentation. 4.Analysis, Specimens
  will be analyzed using immunoassay  screening, gas chromatography/mass
  spectrometry (gc/ms) confirmation.  5.Reporting, Eighty percent
  of specimen results must be reported to the USPS within 24
  hrs of receipt of specimens. Ninety eight of all specimen results
   must be reported within 72 hrs of receipt of specimens. 6.Personnel,
  All lab personnel must conform to the requirements established
  by the DOT in 49 CFR, part 40. 7.Customer Service, Offerors
  must provide  a customer service network to respond to the
  Postal Service inquiries. All inquiries must be responded to
   within four hours, with followup action/completion within
  fourty-eight hours. 8.Experience, Labs must demonstrate contract
  performance of a similar size/scope within the last five years.
  Prequalification packages will be available on 12/6/96. Prequalification
  statements will be due on 12/20/96. Offerors are reminded
  that only those laboratories that the Postal Service has determined
  to be prequalified will be issued an RFP. The tentative date
  for issuance of the RFP is 1/16/97 with proposals due on 2/18/97.
  Prequalification packages may be  requested by FAX at 201-217-2230.
  Additional information may be obtained by calling 201-217-2212
  or 2217.              
EMAIL jtrosky@email.usps.gov
EMAILDESC: 
CITE: (W-339 SN008926)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: US Postal Service, Purchasing & Materials Service Center,
  Attn: Manager, 2 Hudson Place - 6th Floor, Hoboken, NJ 07030-5515
SUBJECT: Q--NATIONAL PREEMPLOYMENT & DOT DRUG SCREENING PROGRAM
SOL 335660-97-A-0051
DUE 122096
POC POC Point of Contact-John A.Trosky (201)217-2217, Willena
  Adgers-Peterson (201-217-2217
DESC: The United States Postal Service is seeking to Prequalify
  companies to provide laboratory drug testing services. The
  Postal Service intends to award two  contracts for these services.
  Services will be awarded by geographic area, with each contractor
  being responsible for fifty percent of the total estimated
   number of tests.Labs that are capable of providing testing
  services are invited to request a prequalification package
  which outlines all of the requirements which must be demonstrated
  in order to be considered as a prequalified offeror. The prequalification
  statement must contain written documentation supporting the
   offeror's contention of qualification. Contracts will be awarded
  on a site specific basis; multi-site labs must specify a single
  site for testing. After the evaluation of all prequalification
  statements, the Postal Service will determine which laboratories
  are qualified to receive the Request For Proposals (RFP).
  Some of the criteria which will be used to assess whether an
  offeror is qualified are: 1.Capacity, Offerors must be capable
  of processing at least 200,000 specimens per year. 2.Licensure,
  Offerors must be licensed under the Clinical Labs Improvement
  Act, 1967 (42 USC 263a-263n). Labs must be certified  by the
  National Institute of Drug Abuse (NIDA). 3.Processing, All
  specimens must be processed under accepted forensic standards
  and chain of custody documentation. 4.Analysis, Specimens
  will be analyzed using immunoassay  screening, gas chromatography/mass
  spectrometry (gc/ms) confirmation.  5.Reporting, Eighty percent
  of specimen results must be reported to the USPS within 24
  hrs of receipt of specimens. Ninety eight of all specimen results
   must be reported within 72 hrs of receipt of specimens. 6.Personnel,
  All lab personnel must conform to the requirements established
  by the DOT in 49 CFR, part 40. 7.Customer Service, Offerors
  must provide  a customer service network to respond to the
  Postal Service inquiries. All inquiries must be responded to
   within four hours, with followup action/completion within
  fourty-eight hours. 8.Experience, Labs must demonstrate contract
  performance of a similar size/scope within the last five years.
  Prequalification packages will be available on 12/6/96. Prequalification
  statements will be due on 12/20/96. Offerors are reminded
  that only those laboratories that the Postal Service has determined
  to be prequalified will be issued an RFP. The tentative date
  for issuance of the RFP is 1/16/97 with proposals due on 2/18/97.
  Prequalification packages may be  requested by FAX at 201-217-2230.
  Additional information may be obtained by calling 201-217-2212
  or 2217.              
EMAIL jtrosky@email.usps.gov
EMAILDESC: 
CITE: (W-339 SN008927)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- PROVIDE PHYSICIAN SERVICES AT THE U. S. COAST GUARD
  BASE SAN JUAN, PR
SOL DTCG84-97-R-3KB569
DUE 013097
POC Contact Mr. Leon Borroum, Contract Specialist at (757) 628-4129
  or Ms. Marie A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: Provide all aspects of Non-personal Outpatient General
  Physician Services for the U. S. Coast Guard Base San Juan,
  PR's Health Clinic. This requirement is for a period of one
  (1) year with options to perform the services for up to an
  additional four (4) years. The Standard Industrial Code applicable
  to this solicitation is 8049. The Small Business Size Standard
  is $5 Million. Only written requests for the solicitation will
  be honored. Fax requests to the attention of Mr. Leon Borroum,
  Fax No. (757) 628-4134. Solicitation number DTCG84-97-R-3KB569
  shall be referenced on all correspondence. The solicitation
  is expected to be issued on or about 31 DEC 96. All responsible
  sources may submit an offer that will be considered by the
  Coast Guard. Note: The Department of Transportation (DOT) Office
  of Small and Disadvantaged Business Utilization (OSDBU), has
  a program to assist minority, women-owned and disadvantage
  business enterprises to acquire short term working capital
  assistance for transportation-rated contracts. Loans are available
  under the DOT Short Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing. The maxium
  line of credit is $500,000. For further information and applicable
  forms concerning the STLP, call the OSDBU at (800) 532-1169.
  See Numbered Note 1
CITE: (I-339 SN008936)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- PROVIDE PHYSICAL THERAPY SERVICES AT THE U.S. COAST
  GUARD AIR STATION CAPE COD, MA, SUPPORT CENTER ELIZABETH CITY,
  NC AND AVIATION TRAINING CENTER MOBILE , AL
SOL DTCG84-97-R-3KB614
DUE 012197
POC Contact Mr. Leon Borroum, Contract Specialist at (757) 628-4129
  or Ms. Marie A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: Provide all aspects of Non-personal Outpatient Physical
  Therapy Services for the U.S. Coast Guard Air Station Cape
  Cod, MA, Support Center Elizabeth City, NC and Aviation Training
  Center, Mobile, AL. This requirement is for a period of one
  (1) year with options to perform the services for up to an
  additional four (4) years for each of the three (3) locations.
  The Standard Industrial Code applicable to this solicitation
  is 8049. The Small Business Size Standard is $5 Million. Only
  written requests for the solicitation will be honored. Fax
  requests to the attention of Mr. Leon Borroum, Fax no. (757)
  628-4134. Solicitation number DTCG84-97-R-3KB614 shall be referenced
  on all correspondence. The solicitation is expected to be issued
  on or about 23 DEC 96. All responsible sources may submit an
  offer that will be considered by the Coast Guard. Note: 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-rated
  contracts. Loans are available under the DOT Short Term Lending
  Program (STLP) at prime interest rates to provide accounts
  receivable financing. The maximum line of credit is $500,000.
  For further information and applicable forms concerning the
  STLP, call the OSDBU at (800) 532-1169. See Numbered Note 1
CITE: (I-339 SN008940)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- NURSE PRACTITIONER SERVICES
SOL DTCG84-97-R-3KB956
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: The Maintenance and Logistics Command Atlantic intends
  to award a nonpersonal services contract to the qualified individual
  or business capable of providing routine medical care to all
  eligible beneficiaries at the U.S. Coast Guard Aviation Training
  Center, Mobile, Alabama in accordance with the established
  principles, practices, and ethics of the American Nurse Practitioner
  Associations. The Statement of Work, in addition to the specific
  services required, will be provided in the solicitation. The
  performance period will be for a base year plus four (4) twelve
  month option periods. The SIC Code is 8051. This solicitation
  will be issued on or about December 23, 1996. Request for solicitations
  must be in writing. Telephone requests will not be honored.
  Facsimile requests may be transmitted to (757) 628-4134. POC
  Xiomarys Vargas. "This Notice is for informational purposes
  for Minority, Women-Owned and Disadvantaged Business Enterprises:
  The Department of Transportation (DOT), Office of Small Disadvantaged
  Business Utilization (OSDBU), has a program to assist minority,
  women-owned and disadvantaged business enterprises to acquire
  short-term working capital assistance for transportation-related
  contracts. Loans are available under the DOT Short-Term Lending
  Program (STLP) at prime interest rates to provide accounts
  receivable financing. The maximum line of credit is $500,000.
  For further information and applicable forms concerning the
  STLP, call the OSDBU at (800) 532-1169. For information concerning
  the acquistion, contact the contracting official listed above."
  Any correspondence concerning this acquistion shall reference
  Request For Proposal (RFP) Number DTCG84-97-R-3KB956. All responsible
  sources may submit an offer which will be considered by this
  agency. The solicitation will be issued unrestricted and will
  use the policies contained in Part 12, Acquistion of Commercial
  Items.
CITE: (I-339 SN008953)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Health and Human Services, Indian Health Service, 1825
  Bell Street, Ste 200, Sacramento CA 95825-1097
SUBJECT: Q--HEALTH CARE FOR THE URBAN INDIAN POPULATION OF FRESNO,
  CA
SOL 235-97-R-0006
DUE 020297
POC Sue J. Broady   tel:  916-566-7001 Ext 144
DESC: Health Care for the Urban Indian population of Fresno,
  CA.  This acquisition is restricted to the Fresno Indian Health
   Association in accordance with Title V of the Indian Health
  Care Improvement Act.  No requests for the RFP willl be accepted.

EMAIL sbroady@ihs.ssw.dhhs.gov
EMAILDESC: 
CITE: (W-339 SN008979)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA, Rural Development, Procurement Management Division,
  1400 Independence Avenue, S.W., Washington, DC 20250-0700
SUBJECT: R -- LEGAL SERVICES
SOL RQ-31ME-7-0002
DUE 121696
POC Cynthia Bennett, Contract Specialist, (202) 245-5852
DESC: USDA, Rural Development, Rural Utilities Service (RUS)
  intends to procure Legal Services for an on-going transaction
  involving a current RUS G&T borrower, the Oglethorpe Power
  Corporation.  The contractor shall provide corporate legal
  support to Rural Utilities (RUS), with respect to reviewing
  two long-term power supply contracts for legal sufficiency
  and completeness.  The two contracts are required to fully
  implement Oglethorpe's restructuring efforts currently in progress.
  Requests for the Request for Quote may be faxed to the attention
  of Cynthia Bennett, on (202) 245-5123.
CITE: (I-339 SN008654)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Housing & Urban Development, Contracting
  Operations Branch, 6EAC, 2211 Norfolk, Ste 300, Houston, TX
  77098-
SUBJECT: R -- CLOSING AGENT SERVICES
SOL H06S97050500000
DUE 012197
POC Roger Harvey, Contract Specialist, or Stephen Cuellar, Contracting
  Officer, at (713) 313-2274, EXT. 7125.
DESC: The U.S. Department of Housing and Urban Development requires
  Closing Agent Services to close the Sale of HUD-owned Homes.
  The Contracting Division intends to award two (2) indefinite
  quantity contracts for the act of Sales Closing Services for
  certain one to four unit single family residences in the Nashville,
  Tennessee HUD Office jurisdiction. The initial term of the
  contract will be for one (1) year with two one-year options.
  This solicitation will be a 100% small business set-aside.
  Invitation for Bids (IFB) shall be issued on or about December
  20, 1996. Bids will be due 30 days after date issued. All responsible
  sources eligible as a small business concern may submit a bid
  which will be considered. Phone requests will not be accepted.
  Written or faxed requests will be accepted at (713) 313-2305.
CITE: (I-339 SN008723)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Securities and Exchange Commission, 6432 General Green
  Way, Alexandria, Va.
SUBJECT: R -- PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
SOL SECHQ1-97-M-0242
POC Vernessa Younger, Contract Specialist, (202) 942-4999, James
  L. Vandecar, Contracting Officer.
DESC: The Securities and Exchange Commission(SEC) intends to
  award a sole source advisory and assistance contract to Mr.
  Arthur R. Wyatt of 2001 South Duncan Road, Champaign, Il. 61821.
  Mr. Wyatt shall provide the following: (1) expert advice and
  assistance to the Office of the Chief Accountant in analyzing
  proposed international standards, (2) make recommendations
  for changes to those draft standards, (3) interact with international
  standard setters and other nations' representatives to the
  IASC. See Numbered Note(s): 22.
CITE: (I-339 SN008758)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U. S. Department of Energy, Oak Ridge Operations Office,
  P. O. Box 2001, Oak Ridge, Tennessee 37831
SUBJECT: R--ENVIRONMENTAL PROJECTS MANAGEMENT
SOL DE-RP05-97OR22700
POC Point of Contact - Jeff Burgan, Contracting Officer,  (423)
  574-7507
DESC: The Department of Energy's (DOE) Oak Ridge Operations Office
  (ORO) will be releasing a draft Statement of Work (SOW) on
  December 5, 1996, for Request for Proposal (RFP) No. DE-RP05-97OR22700
  which will provide for the management and integration of its
  environmental projects for its facilities located in Oak Ridge,
  TN, the Portsmouth Gaseous Diffusion Plant at Piketon, OH,
  and the Paducah Gaseous Diffusion Plant at Paducah, KY.  The
  draft SOW will be available at Internet address http://www.doe.gov/procurement/oro_home.html.
   This web site also contains other information regarding this
  procurement such as an index of available technical and programmatic
  reference documents.  Interested parties are encouraged to
  e-mail or fax comments relative to the draft SOW to Jeff Burgan
  at emseb@oro.doe.gov, fax no. (423)574-7511.  Comments should
  be sent by December 18, 1996.  All comments will be considered.
   The identity of the firm and/or individual submitting comments
  will be kept confidential.  Written responses will not be given.
   DOE's proposed approach to this procurement is different than
  those of traditional DOE management and operating (M&O) contracts
  or recent competitions at other DOE installations.  DOE intends
  to solicit offers for a contract for  management and integration
  of  primarily environmental restoration and waste management
  projects.  Under the management and integration concept, the
  prime contractor will be responsible for and possess the core
  competencies to manage the overall effort, including planning,
  subcontracting, integrating, expediting, and coordinating tasks.
   In addition, the prime contractor will be responsible for
  infrastructure at the K-25 site.  The prime contractor would
  package work for optimum competitive subcontracting to firms
  that would actually execute most tasks.  In order to maximize
  work by subcontractors selected in a fully competitive environment,
  these awards will not be part of the  prime contract selection.
   Teaming arrangements that present up-front proposals for executing
  both prime and subcontracted work are not requested or desired.
   A joint venture or team formed solely to perform the prime
  contractor's responsibilities may be considered as long as
  it is structured as a simple, "seamless", cost-effective entity.
   DOE's objectives in using this proposed approach are reducing
  the cost of performing the work through cost competition for
  the execution of work, packaging work for optimum subcontracting,
  matching procurement strategies to work requirements, and achieving
  greater flexibility to manage resources.  DOE is making the
  draft statement of  work available in order to obtain comments
  on certain aspects of the procurement while the draft RFP is
  being developed.   While comments on any aspect of this procurement
  are solicited, certain areas are of particular interest to
  DOE:  (1) feasibility of the proposed approach for managing
  and integrating with the execution of work primarily performed
  by competitively bid subcontractors; (2) selection of subcontractors
  for execution of the work after award of the prime contract;
  (3) contract transition; (4) contract coverage of both environmental
  management and enrichment program activities; (5) areas best
  suited for measurement and incentives from a performance and
  cost standpoint; and (6) clarity of the overall SOW.  It is
  DOE's desire to obtain a contractor that will focus on acceleration
  and completion of EM program objectives.  DOE is interested
  in industry's comments on whether  this can best be accomplished
  under a term or completion type contract.  The tentative schedule
  for the procurement is as follows:  a draft RFP will be released
  in January 1997 (selected elements of the RFP may be released
  for comment prior to the draft RFP via the Internet); final
  RFP will be issued in March 1997; contract award no later than
  December 1997.  The current contract expires in March 1998.
   Various important issues, such as evaluation criteria, fee
  determination and labor matters, are not addressed in the SOW.
   The draft RFP will address these issues and provide a full
  opportunity for review and comment.  All subsequent information
  to be released prior to the release of the final RFP will be
  available at the aforementioned Internet address.  No further
  announcements regarding the release of information will be
  made in the CBD with the exception of the issuance of the draft
  and the final RFP.
LINK http://www.doe.gov/procurement/oro_home.html
LINKDESC: 
  Procurement Home Page
EMAIL emseb@oro.doe.gov
EMAILDESC: 
  Jeff Burgan, Contracting Officer
CITE: (W-339 SN008787)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB WINTER
  CRUD TOURNAMENT
SOL SVS-SCS-101-96
DUE 010397
POC Shena Jones, (907) 552-5900, FAX (907) 552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Officers Club Winter Crud Tournament. The event will be
  held at the Officers Club on January 17, 1996, and will run
  through the next 5 Fridays. The event will be open to all eligible
  club members and their guest. The tournament will consist of
  Twelve teams that compete by double elimination. We are asking
  for sponsorship/in-kind donations of prizes to give away. We
  are asking for donations of T-shirts and hats for participants
  with then 3RD wing logo, approximately 40 of each. The total
  sponsorship package is $200, but we will except any donations.
  The sponsor will be allowed to display banners and information
  at the event. Advertising in all areas on the base will be
  done.  Representation from the sponsor for the event drawings
  will also be accepted and encouraged. All offers will be considered.
  More than one sponsor/donation may be accepted and additives
  will be considered. Requests for copies of this solicitation
  must be received not later than 3 January 1997. This is a solicitation
  for commercial sponsorship/donation by a nonappropriated fund
  instrumentality of the United States Government. It does not
  obligate appropriated funds of the Government.
CITE: (M-339 SN008835)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB VALENTINES
  SWEETHEART DINNER
SOL SVS-SCS-100-96
DUE 013197
POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Officers Valentines Sweetheart Dinner, to be held at the
  Officers Club on February 14, 1997. The event will be open
  members and their guest by reservation. They will receive a
  gourmet meal served 1 style. We are asking for sponsorship/in-kind
  donations of prizes to give away. We are asking for donations
  of Desserts, possibly chocolates. The total sponsorship for
  this package is $300. We will accept any donations. The sponsor
  will be allowed to display banners and information at the event.
  Advertising in all areas on the base will be done. Representation
  from the sponsor for the event drawings will also be accepted
  and encouraged. All offers will be considered. More than one
  sponsor/donation  may be accepted and additives will be considered.
  Requests for copies of this solicitation must be received not
  later than 31 January 1997. This is a solicitation for commercial
  sponsorship/donation by a nonappropriated fund instrumentality
  of the United States Government. It does not obligate appropriated
  funds of the Government.
CITE: (M-339 SN008836)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: OIC, FISC Norfolk Yorktown Det, P.O. Drawer 140, Code
  LYB, Yorktown, VA 23691-0140
SUBJECT: R--SERVICES FOR SAFETY AND HAZARD ANALYSES
SOL N00109-97-Q-0009
DUE 121696
POC Cheri Jones (757) 887-4814.
DESC: The Naval Weapons Station Yorktown requires a support service
  contract for performance of safety and hazard analyses. All
  responsible sources may request the solicitation package by
  calling the contact point.
CITE: (M-339 SN008843)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR COMMUNITY CENTER
  DATING GAME
SOL SVS-SCS-99-96
DUE 122096
POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Community Center Dating Game to be held at the Kashim Club
  January 4, 1996. The event will be open to all active duty,
  single, military members. The event will include a limousine
  ride to and from dinner, and a movie, for the three winning
  couples. Each female will be presented with a single rose.
  We are asking for sponsorship/in-kind donations of $700.00
  to cover the expenses for this event. We would accept part
  or all of the items requested,  depending on the sponsor and
  what they can provide. The sponsor will be allowed to display
  banners and information at the event. Advertising in all areas
  on the base  will be done. Representation from the sponsor
  for the event drawings will also be accepted and encouraged.
  All offers will be considered. More than one sponsor/donation
  may be accepted and additives will be considered. Requests
  for copies of this solicitation must be received not later
  than 20 December 1996. This is a solicitation for commercial
  sponsorship/donation by a nonappropriated fund instrumentality
  of the United States Government. It does not obligate appropriated
  funds of the Government.
CITE: (M-339 SN008854)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 60th Contracting Squadron, 60CONS/LGCV, Travis AFB, CA
  94535-2632
SUBJECT: R--TO PROVIDE MEDICAL TRANSCRIPTION SERVICES
SOL F04626-97-B0005
DUE 122796
POC Bernadette Breeding, Contract Administrator, (707) 424-7750.
DESC: CORRECTION. Medical Transcription Services. Issue date
  on or about 19 Nov 96. Contract period 01 Feb 97 through 30
  Sep 97 with four one year option periods. The proposed contract
  listed here is a 100 percent small business set-aside. Telephone
  requests for bid packages will not be honored.
CITE: (M-339 SN008857)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR THE OFFICERS CLUB
  COUNTRY WESTERN NIGHT
SOL SVS-SCS-98-96
DUE 021497
POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Officers Club Country Western Night to be held at the Officers
  Club on February 28, 1997. The Night will consist of dancing
  demonstrations, a live band, DJ, and a country buffet. The
  event is open to club members and their guest. We are asking
  for sponsorship/in-kind donations of a country western band,
  door prizes, and prizes for the dance contest. We would accept
  part or all of the items requested, depending on the sponsor
  and what they can provide. The sponsor will be allowed to display
  banners and information at the event. Advertising in all areas
  on the base will be done. Representation from the sponsor for
   the event drawings will also be accepted and encouraged. All
  offers will be considered. More than one sponsor/donation may
  be accepted and additives will be considered. Requests for
  copies of this solicitation must be received not later than
  14 February 1997. This is a solicitation for commercial sponsorship/donation
  by a nonappropriated fund instrumentality of the United States
  Government. It does not obligate appropriated funds of the
  Government.
CITE: (M-339 SN008893)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Fleet and Industrial Supply Center, Norfolk Washington
  Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington
  Navy Yard, Washington, DC 203
SUBJECT: R - MEMBERSHIP SUBCRIPTION TO THE ADVISORY BOARD
SOL N00600-97-R-0742
DUE 122396
POC For copies of solicitation, make your request to FISC NORF
  DET WASH Customer Service Center by fax at (202) 433-9569,
  by voice at 433-2951 or by electronic mail at CBD_RESPONSE_at_DC@MCHFMCCM.NAVY.MIL
  or contact Laura Hurd, Code 201.1L at 433-2013 or Ken Arena
  at 433-2900
DESC:  The Fleet and Industrial Supply Center has a requirement
  to procure membership subscription services for the Bureau
  of Medicine and Surgery.  FISC intends to negotiate a two party
  contract with the Advisory Board Company to procure these services.
   The Contract will be for one base year and two twelve month
  options. A J&A for other than full and open competition is
  being prepared.  All responsible sources may submit a cost
  and technical proposal for consideration.  Please see Note
  22.
CITE: (W-339 SN008969)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 622, FT STEWART
  GA 31314-5189
SUBJECT: R--SEW PATCHES (INSIGNIA), ALTERATIONS (HEMS) AND MINOR
  REPAIRS
SOL W33NYN-6327-0976
POC POC: Sandy Sanders, (912) 767-1868; Contracting Officer:
  Connie L. Skipper, (912) 767-1868 (Site Code DAKF10)
DESC: The Army requires a contract to sew patches on uniforms,
  sew hems in various uniforms, and make minor repairs to military
  clothing. The proposed contract shall commence on 1 June 1997,
  or within 10 calendar days after receipt of contract award,
  whichever is later, and shall continue through May 31, 1998,
  with options to extend the terms of the contract for four (4)
  additional one year periods. The SIC code is 1719. All responsible
  business concerns may submit a bid. There is a non-refundable
  fee of $1.00 for the solicitation package. Please submit by
  company check, certified or cashier check or money order made
  payable to the TREASURER OF THE UNITED STATES. NO CASH will
  be accepted. All requests must be in writing to the above address.
  When requesting a package, please indicate the synopsis number
  DAKF10-97-#-0002, and give a brief description
CITE: (I-339 SN008875)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA
  93437-5226
SUBJECT: S--BASEWIDE PEST CONTROL
SOL F04684-97-R0012
DUE 041597
POC 1Lt Jay Clark, Contract Negotiator, (805)734-8232, Extension
  6-6121, or Pat Ryun, Contracting Officer, at extension 6-6966
DESC: Contractor to include all labor, tools, parts, materials,
  equipment, supplies,  transportation, and supervision necessary
  to provide basewide pest control as defined in the statement
  of work at Vandenberg Air Force Base, California.   Period
  of performance is 1 Oct 97 through 30 Sep 98 with four (4)
  one-year  option periods.  Written requests for a copy of
  the solicitation should be sent to 1Lt Jay Clark, 30 CONS/LGCVA,
  Bldg 7015, Section 2D, 806 13th Street,  Suite D, Vandenberg
  AFB, CA  93437-5226.  If sufficient small businesses reply,
   this solicitation will be a 100% small business set-aside.
   SIC 0851 ($3.5M).   Requests for bid documents must be in
  writing.
EMAIL clarkj@vafb5a.vafb.af.mil
EMAILDESC: 
  e-mail
CITE: (W-338 SN008515)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, PBS,Service Contracts
  6PMF-S,1500 E Bannist er Rm 2201,Kansas City,MO 64131-3088
SUBJECT: S-JANITORIAL SERVICE
SOL GS-06P-97-GXC-0016
DUE 013197
POC Contact,Larry Coleman,816/926-7078,Contracting Officer,Debra
  A. Harms,816/9 26-7078
DESC: Solicitation for Janitorial Services, Federal Records Center,
  111 Winnebago , St. Louis, Missouri, to be issued o/a 12/31/96.
   Contract will be for a one (1 ) year period with four (4)
  one year options, and one (1) option to extend not t o exceed
  six (6) months.  See note 1
CITE: (I-338 SN008519)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, PBS, Contracts Division
  (6PPB),1500 E Bannister Rm 2203, Kansas City, MO 64131-3088
SUBJECT: S - JANITORIAL SERVICES
SOL GS06P97GXC0016
DUE 013197
POC Larry Coleman (816) 926-7078, Debra A. Harms (816) 926-7078
DESC:  Solicitation for Janitorial Services, Federal Records
  Center, 111 Winnebago, St. Louis, MO, to be issued o/a 12/31/96.
   Contract will be for a one (1) year period with four (4) one
  year options, and one (1) option to extend not to exceed six
  (6) months.  See numbered note 1. 
CITE: (W-339 SN008651)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: National Park Service, Cuyahoga Valley National Recreation
  Area, 15610 Vaghn Road, Brecksville, Ohio 44141
SUBJECT: S--SNOW & ICE REMOVAL SERVICES
SOL 1443RQ616097010
POC Joyce A. Stumbo, Contract Specialist, (216) 546-5914
DESC: The Contractor shall provide all equipment, material and
  labor necessary to perform snow and ice removal services within
  the boundary of the Cuyahoga Valley National Recreation Area.
   Quotes will be solicited for snow and ice removal services
  form the period January 1, 1997 through September 30, 1997.
   Quote due date will be established at the time the Request
  for Quotation is issued.  The Request for Quotation issue date
  will be on or about December 19, 1996.  Awards will be made
  to the lowest responsive responsible quoters for the North
  District and for the South District Bid Schedules.  Questions
  regarding this project shall be directed to Joyce Stumbo, Contract
  Specialist, 216-546-5914.  See Numbered Note 1.
EMAIL patricij@mail.idt.net
EMAILDESC: 
CITE: (W-339 SN008685)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division,
  Naval Surface Warfare Center, Crane, IN 47522-5082
SUBJECT: S--ULTRASONIC TESTING OF CENTERWIDE RAILROAD TRACKAGE
  AT THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE,
  IN 47522-5082
SOL N68950-97-Q-3658
DUE 121396
POC For Plans and Specs call: Kathy Wallace, (812) 854-5341.
DESC: RFQ #N68950-96-Q-3658, will be available approximately
  03 December 1996. This is being procured under the Simplified
  Acquisition Procedures. Information regarding ordering plans
  and specifications is provided at the end of announcement.
  This work includes provisions of necessary labor, supplies,
  materials, equipment, transportation and supervision for the
  ultrasonic testing of approximately 130 miles of active and
  34 miles of inactive Centerwide Railroad Trackage at the Crane
  Division, Naval Surface Warfare Center, Crane, IN. The Standard
  Industrial Code (SIC) for this project is 7389. The related
  Small Business size standard is 5.0 million. Completion time
  is 120 days after award. The proposed contract listed here
  is 100% set-aside  for Small Business (SB) concerns. Small
  Business concerns should notify this office ASAP by phone or
  fax, include RFQ# N68950-97-Q-3658, Ultrasonic Testing of Centerwide
  Railroad Trackage, your complete company name, address, area
  code, phone number, point of contact and state whether you
  are a prime contractor, subcontractor with trade classified
  or a supplier. POC for technical inquiries, call Carrie McDonald,
  (812) 854-6641. To request solicitation package, call Kathy
  Wallace, (812) 854-5341 or FAX request to phone number (812)
  854-3800. There is no charge for plans and specifications.
  Only one set per company.
CITE: (M-339 SN008850)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 436 Contracting Squadron , 639 Atlantic Street, Dover
  AFB DE 19902-5639
SUBJECT: S -- GROUNDS MAINTENANCE SERVICES AT DOVER AIR FORCE
  BASE DE
SOL F07603-97-B6000
DUE 011597
POC Jean Benzin, Contracting Specialist, 302-677-5091
DESC: S-208 Grounds Maintenance Services at Dover AFB DE. The
  contractor shall provide all personnel, equipment, tools, materials,
  supervision, and other items and services necessary to perform
  Grounds Maintenance services at Dover AFB DE to include common
  areas of two housing areas - Eagle Heights adjacent to Dover
  AFB and Eagle Meadows, located near the town of Lebanon DE.
  The contemplated contract will be a fixed price requirements
  contract for an initial contract period of 1 Apr 97-31 Mar
  98 with four one year option periods (1 Apr 98-31 Mar 99, 1
  Apr 99-31 Mar 00, 1 Apr 00-31 Mar 01, and 1 Apr 01-31 Mar 02).
  Telephone requests will not be honored. Facsimile requests
  will be accepted at 302-677-2309. Furnish facsimile number
  and nine digit zip code with your written request. See Note(s):
  1.
CITE: (I-339 SN008937)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867,
  Little Rock, AR 72203-0867
SUBJECT: S -- CLEANUP SERVICES
SOL DACW03-97-B-0014
DUE 012497
POC Khanida Pradaxay, Contract Specialist, (501) 324-7167 FOR
  PLANS AND SPECIFICATIONS: Theresa M. Morris, (501) 324-6844.
DESC: The contractor shall furnish all labor, supplies, equipment,
  transportation, and materials necessary to provide cleanup
  services for various parks located at Norfork and Bull Shoals
  Lakes, Mountain Home Project Office, Mountain Home, Arkansas,
  for the period March 1, 1997 or date of award, whichever is
  later, through September 30, 1997, with options to extend through
  September 30, 1999. Issue date for solicitation will be on
  or about December 26, 1996 at a cost of $5.00 for Specifications
  (charges are non-refundable). Solicitation documents will be
  made available upon written request to include check or money
  order payable to FAO, U. S. Army, LRD, and mailed to Contracting
  Division at the above address. Bid opening date will be on
  or about January 24, 1997 at 2:00 p.m. This proposed procurement
  is 100% Small Business Set-Aside.
CITE: (I-339 SN008938)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: General Services Administration,GSA Center (10PP),400
  15th Street SW,Auburn, WA 98001-6599
SUBJECT: S-GAS SERVICE
SOL GS-10P-97-LSC-0006
DUE 010897
POC Contact,Barbara Roberson,206/931-7482,Contracting Officer,Patricia
  A. Tacke tt,206/931-7486
DESC: To import natural gas and provide service to new Border
  Station at Point Ro berts, Washington.  Anticipated consumption
  is estimated to be 2000 therms per y ear.  Service will be
  required no later than February 1, 1997. Note card 26 appl
  ies.
CITE: (I-339 SN008859)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL B615-M
DUE 021897
POC Linda Byrd, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Multiple award term contract for period 040197 to 033198
  for FEMA. Production area, assumed 200-kilometer (124-mile)
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. Flood Insurance Study. Anticipate
  20 to 40 orders per month (average 30) for 4 to 284 pages (average
  24), plus 2-piece cover and 1 to 200 fold-ins per pamphlet
  (average 15; approx. 88% will contain fold-ins). Quantity:
  100 to 600 copies per order. Size--pamphlets: 216 x 279 mm
  (8-1/2 x 11"), fold-ins: 432 x 279 mm (17 x 11"). Blue ink.
  Operations include side stitch and delivery. Contractor furnish
  paper. Quality attributes level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008689)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B530-S
DUE 021397
POC Karen Johnson, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for GAO. Production area, assumed 100-kn (62-mile) radius of
  zero milestone, Washington, DC. Bidders outside area must furnish
  documentation of their ability to meet schedule. Copy pickup
  in Washington, DC. Approx. 2 to 5 orders per year for approx.
  20 to 600 copies of 25 to 500 pages. Trim size text: 216 x
  279 mm (8-1/2 x 11"); cover: 248 x 406 mm (9-3/4 x 16") fold
  to 229 x 279 mm (9 x 11"). Black ink, black and single ink
  color, or two ink colors. Operations include film making, printing,
  die-cutting, plastic comb binding, and delivery. Contractor
  furnish paper. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-339 SN008690)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--OFFSET PRINTING
SOL Program C865-S
DUE 022597
POC Toni Walker, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Treasury (Internal Revenue Service). Copy
  pickup in Washington, DC. Specifications cover the production
  of major Tax Forms, Instructions, Publications and miscellaneous
  Internal Forms being reproduced as one-sided camera ready copy.
  Trim size 241 x 381 mm (9-1/2 x 15"). Prints black ink. Collating
  required, mailing required, and distribution from maintenance
  reserve stock within 24 hours of notification. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-339 SN008704)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B880-S
DUE 022697
POC Duke Spence, Contracting Officer, David M. Thomas, (202)
  512-2044
DESC: Single award term contract for period 040197 to 033198
  for GPO. Production area, Nationwide. copy pickup in Washington,
  DC. Microfiche of Miscellaneous Publications. Average of 6
  orders per week with each order usually containing less than
  1,000 pages and requiring approx. 300 sets of diazo microfiche.
  Nationwide mailing and delivery in Washington, DC area to approx.
  2 addresses. Bid request on firm's letterhead.
CITE: (M-339 SN008705)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--CD-ROM
SOL Program A890-M
DUE 022697
POC Mike Jones, Contracting Officer, Sandra MacAfee, (202) 512-0455
DESC: Multiple award term contract for period 040197 to 033198
  for various Government Agencies. Production area, Nationwide.
  ``CD-ROM''. Approximately 16 to 20 orders per month for 100
  to 100,000 replications per order. Operations include printing,
  screening, packing and destination. Contractor furnishes required
  materials. Quality attributes level III. Bid request on firm's
  letterhead.
CITE: (M-339 SN008706)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL Program C529-S
DUE 021397
POC Marjorie Bell, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Defense (AF). Production area, assumed 97-km
  (60-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup at Bolling AFB, Washington, DC.
  Approx. 25 orders per year for approx. 100 to 10,000 copies.
  Printing of programs, Inserts, Posters, and Press kit folders.
  Sizes 200 x 260 mm (7-7/8 x 10-1/4") to 559 x 711 mm (22 x
  28"). Printing in 4 pantone colors. Operations include scoring,
  die-cutting, film making, binding, packing, distribution and
  bulk delivery. Contractor furnish paper. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-339 SN008707)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Department of the Interior, U.S. Geological Survey, Office
  of Acquisition and Federal Assistance, Mail Stop 205B, Room
  6A331, 12201 Sunrise Valley Drive, Reston, VA  20192
SUBJECT: T--FEDERAL GEOGRAPHIC DATA COMMITTEE (FGDC) NATIONAL
  SPATIAL DATA INFRASTRUCTURE (NSDI) COMPETITIVE COOPERATIVE
  AGREEMENTS PROGRAM (CCAP)
SOL 1434-HQ-97-PA-00022
DUE 022897
POC Ms. Karen Phillips (703) 648-7372 (contact) Ms. Kathy Craig
  (703) 648- 7357 (CO)
DESC: The FGDC invites proposals to facilitate and foster partnerships
  and alliances within and among various public and private entities
  to assist in building the National Spatial Data Infrastructure
  (NSDI).  Activities initiated under this program will promote
  access to data sets that are needed for national, regional,
  state, and local analyses.  Under this FY 1997 program announcement,
  proposals are to be directed towards four components of the
  NSDI.  The first component deals with creation of a distributed
  clearinghouse for finding and accessing geospatial data.  Efforts
  considered applicable under this component include creating
  (inventory, evaluate, catalog data, and establish Internet
  access) and managing a node on the National Geospatial Data
  Clearinghouse that provides users with a means for finding,
  accessing, and sharing data.  The second component involves
  development and promulgation of the use of standards in data
  collection, documentation, transfer, and search and query.
   Applicable efforts include stimulating the development of
  applicable geospatial data standards by 1) creating new standards
  or adapting existing standards that fall within the realm of
  the NSDI, and which may or may not be within the scope of current
  FGDC Subcommittees and Working Groups, or 2) conducting studies
  to determine what standards are needed to effectively share
  geospatial data; and, creating new data elements for specific
  data themes that complement the FGDC Digital Geospatial Metadata
  content standards by supporting documentation of data sets
  which are not explicitly geospatial. The third component focuses
  on the initial implementation of a geospatial data framework
  that provides a base on which to collect, register, or integrate
  information accurately.  Applicable efforts include creating
  and managing a node on the National Geospatial Data Clearinghouse
  that provides users with a means for finding, accessing, and
  sharing framework-like data; testing and implementing techniques
  needed to support framework roles of area integration or data
  distribution; conducting a feasibility project for implementing
  technical or institutional aspects of the framework; and, identifying,
  justifying, and implementing elements of metadata at the ~feature~
  level, required to support framework operations.  The fourth
  component addresses developing and implementing educational
  outreach programs to increase awareness and understanding of
  the vision and concepts of the NSDI. Applicable efforts involve
  developing educational or outreach material or programs that
  explain the use of geographic information systems technology
  for community development, the benefits of data sharing, the
  use of networking for data sharing, and the importance of data
  documentation to targeted audiences within the community; conducting
  programs to increase user comprehension and adoption of the
  FGDC Content Standards for Digital Geospatial Metadata and
  the Spatial Data Transfer Standard; establishing, developing,
  or expanding programs or projects, through development of training
  programs, information guides and other explanatory materials,
  that increase the contributions of local, regional, or national
  data sets to the National Geospatial Data Clearinghouse; developing
  programs to integrate the vision and concepts of the NSDI into
  formal and informal education at all levels, K through 16;
  and, activities to strengthen or to help form statewide or
  regional geographic information coordination mechanisms.  The
  program announcement and application forms are expected to
  be available on or about November 29, 1996. Applications must
  be received on or before February 28, 1997.  Copies of Program
  Announcement #1434-HQ-97-PA-00022 may be obtained by writing
  to Ms. Kathleen Craig,  U.S. Geological Survey, 12201 Sunrise
  Valley Drive, MS 205B, Reston, Virginia 20192.  Requests may
  also be made by facsimile to (703) 648- 7901.  Applications
  may be submitted by State and local government agencies, educational
  institutions, private firms, private foundations, and Federally
  acknowledged or state-recognized Native American tribes or
  groups.
CITE: (I-339 SN008770)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B624-S
DUE 021897
POC Mary Newton, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
   for Department of Agriculture. Production area, assumed 100-km
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Food Review &
  Rural Development Perspectives. Anticipate approx. 8 orders
  per year for 500 to 7,000 copies of 32 to 96 pages per order.
  Trim size: 216 x 279 mm (8-1/2 x 11"). Prints in black and
  one or two additional colors. Operations include film making,
  printing, binding, packing, and distribution. Contractor  furnish
  paper. Quality attributes level III. Bid request on firm's
  letterhead.
CITE: (M-339 SN008788)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--VACANCY ANNOUNCEMENTS
SOL Program B783-S
DUE 022197
POC Beverly Latson, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for HUD. Production area, 100-km (62-mile) radius of zero milestone,
  Washington, DC. Bidders outside area must furnish documentation
  of their ability to meet schedule. Approx. 300 orders per year
  for up to 6 orders may be placed per week. Approx. 1,700 copies
  of 1 to 12 announcements. Approx. 1 to 4 leaves per announcement
  (majority of the announcements ordered will be 2 leaves). Size
  216 x 279 mm (8-1/2 x 11"). Operations include making reproducibles,
  printing, binding, packing, mailing, distribution, one wire
  stitch in the upper left corner, trim four sides, f.o.b. contractor's
  city for all mailed shipments and f.o.b. destination for all
  other shipments. Contractor furnish paper. Quality  attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008789)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--MISCELLANEOUS PUBLICATIONS
SOL Program B834-S
DUE 022297
POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Justice. Production area, assumed 100-km
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Approx. 55 orders per year for approx. 500 to
  15,000 copies of approx. 8 to 200 pages per order. Two formats.
  Trim size 152 x 279 mm (6 x 9") and 216 x 279 mm (8-1/2 x 11").
  Printing in 1 or 2 colors. Operations include saddle stitch,
  perfect bound and deliver f.o.b. destination. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008790)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--OFFSET PRINTING
SOL Program B835-S
DUE 022297
POC Kay Mills, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Justice. Production area, assumed 110-kilometer
  (68-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Approx. 20 to
  35 orders per year for approx. 200 to 8,000 copies of approx.
  20 to 600 pages per order. One and two color printing. 216
  x 279 mm (8-1/2 x 11"). Operations include film making, printing,
  binding, packing and delivery. 4 workday production schedule.
  Contractor furnish paper. Quality attributes level IV. Bid
  request on firm's letterhead.
CITE: (M-339 SN008791)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PAMPHLETS
SOL Program C839-S
DUE 022297
POC Michael Sebold, Contracting Office, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Defense Logistics Agency. Copy pickup in Alexandria, VA.
  Approx. 4 orders per year for approx. 3,000 to 6,000 copies
  of approx. 8 to 44 pages per order. Trim size  8-1/2x11". Operations
  include film making, printing, binding, packing, and distribution.
  Quality attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008792)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PROOFREADING
SOL Program C855-S
DUE 022597
POC Shirley Woodruff, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for IRS. Production area, on site at IRS, Washington, DC. Requirements
  is to provide editorial proofreading, photocopying and collating
  services. Bid request on firm's letterhead.
CITE: (M-339 SN008793)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PAMPHLETS
SOL Program C862-S
DUE 022597
POC Barbara Glover Henderson, Contracting Officer, Jack Scott,
  (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for NASA. Production area, assumed 65-mile radius of zero milestone,
  Washington, DC. Bidders outside area must furnish documentation
  of their ability to meet schedule. Copy pickup in Washington,
  DC. Approx. 22 orders a year for approx. 3,700 to 4,000 copies
  of 8 to 16 pages. Printing head to head in one to two colors
  of ink. Size 8-1/2 x 11". 2 workday schedule. Operations include
  film making, printing, packing and distribution. Contractor
  furnish paper. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-339 SN008794)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C863-S
DUE 012597
POC Toni Walker, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for SSA. Production area, Nationwide. Copy pickup in Baltimore,
  MD. Product is self-cover pamphlets. 10 to 35 orders per month
  for 1,000 to 40,000 copies of up to 10 orders per day. Trim
  size 8-3/8 x 10-7/8" or 8-1/2 x 11". Operations include film
  making, printing, binding, packing, mailing and distribution.
  Quality attributes level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008795)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B78-S
DUE 020497
POC Mae Dean Rowe, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Agriculture. Production area, assumed 65-mile
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. Anticipate five orders per year
  for approx. 2,500 to 20,000 copies of approx. 16 to 44 pages
  each issue for ``Reports'' and 1,000 to 5,000 copies with approx.
  16 to 36 pages per issue for ``Rural Conditions and Trends''.
  Size 8-1/2 x 11". Black ink and one Pantone color. Operations
  include film making, printing, binding, packing and distribution.
  Quality attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008796)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C81-S
DUE 020497
POC Marjorie Bell, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Transportation. Production area, assumed
  201.1-kilometer (125-mile) radius of zero milestone, Washington,
  DC. Bidders outside area must furnish documentation of their
  ability to met schedule. Quarterly issue (1 Basic Manual, 3
  Supplements for approx. 5,200 copies. Basic Manual will be
  for approx. 500 pages and Supplements will be for 36 to 200
  pages per order. Trim 216 x 279 mm (8-1/2 x 11"), bind on 11"
  dimension. Black ink. Operations include trim four sides, stitch,
  drill and bulk deliveries. Contractor furnish paper. Quality
  attributes level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008797)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C120-S
DUE 020497
POC Andrew Mott, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Defense Printing Service (Army). Production area, assumed
  60-mile radius of zero milestone, Washington, DC. Bidders outside
  area must furnish documentation of their ability to meet schedule.
  Copy pickup in Alexandria, VA. ACP 117-CAN-US Supp 1 (j) Changes.
  Bi-weekly for 2,250 to 3,000 copies of 150 to 500 pages. Size
  7-3/4 x 10-1/4", Text in black ink. Operations include looseleaf
  publications, side stitched, drilled, stringent mailing (CONUS)
  and (APO/FPO), requirements must be adhered to. Contractor
  furnish paper. Quality attributes level IV. Bid request on
  firm's letterhead.
CITE: (M-339 SN008798)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C137-S
DUE 020597
POC Stuart Friedman, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Agriculture. Production area, assumed 100-km
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Farmer Cooperatives.
  Monthly issue for approx. 7,500 to 9,000 copies of 16 to 32
  pages each. Size 213 x 276 mm (8-3/8 x 10-7/8"). Two colors
  of ink. Operations include saddle stitch and bulk delivery.
  Contractor furnish paper. Quality attributes level II. Bid
  request on firm's letterhead.
CITE: (M-339 SN008799)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--NEWSLETTER PRINTING
SOL Program C146-S
DUE 020597
POC Dorothy Williams, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Navy. Production area, assumed 100-km (62-mile)
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Furnish material pickup in Alexandria, VA. Blueprint. Monthly
  for approx. 400 to 750 copies of approx. 8, 10 or 12 pages
  per order. Trim 216 x 279 mm (8-1/2 x 11"). Printing in black
  ink. Contractor furnish paper. Quality attributes level III.
  Bid request on firm's letterhead.
CITE: (M-339 SN008800)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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/PAMPHLET
SOL Program B156-S
DUE 020597
POC Ed Frase, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for GAO. Production area, assumed 120-km (75-mile radius of
  zero milestone, Washington, DC. Bidders outside area must furnish
  documentation of their ability to meet schedule. Approx. 1
  to 25 orders per month for 100 to 9,000 copies of 8 to 220
  pages. Size 216 x 279 mm (8-1/2 x 11"). Black ink and an additional
  ink color. Operations furnish paper. Quality attributes levels
  II and III. Bid request on firm's letterhead.
CITE: (M-339 SN008801)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--LITHO PRINTING
SOL Program C169-S
DUE 020597
POC Dorothy Williams, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for NASA. Production area, assumed 100-km (62-mile) radius
  of zero milestone, Washington, DC. Bidders outside area must
  furnish documentation of their ability to meet schedule. Furnished
  material pickup in Washington, DC. Space Shuttle Lithos Program.
  Approx. 8 to 12 orders per year for 5,000 to 175,000 copies
  each face and back. Trim 203 x 254 mm (8 x 10") and 216 x 279
  mm (8-1/2 x 11"). Face printing 4-color process, back prints
  black ink. Operations include deliver f.o.b. destination/ship
  f.o.b. contractor's city. Contractor furnish paper. Quality
  attributes level II. Bid request on firm's letterhead.
CITE: (M-339 SN008802)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PAMPHLETS
SOL Program C170-S
DUE 020597
POC Toni Walker, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Agriculture. Production area, 100-km (62-mile)
  radius of zero milestone, Washington, DC. Copy pickup in Washington,
  DC and Beltsville, MD. Approx. 6 orders per year for 3,500
  to 6,000 copies of approx. 12 to 32 pages per order, one order
  may be placed for 48 pages. Prints two colors and contains
  halftones. Trim size 8-1/2 x 11". Government to furnish camera
  copy and Postage and Fees paid envelopes. Mailing is required.
  Operations include deliver f.o.b. destination to three addresses
  in the Metropolitan Washington, DC area. 9 workday schedule.
  Proofs are required. Contractor furnish paper. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-339 SN008803)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B208-S
DUE 020697
POC Mary Newton, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for NASA. Production area, assumed 200-km (124-mile) radius
  of zero milestone, Washington, DC. Bidders outside area must
  furnish documentation of their ability to meet schedule. Copy
  pickup in Washington, DC. NASA Publications. Anticipate approx.
  60 to 90 orders (reports) at the rate of 1 to 10 per month
  of 200 to 24,000 copies of 4 to 120 pages. Trim size 140 x
  216 mm (5-1/2 x 8-1/2") and 216 x 279 mm (8-1/2 x 11"). Text
  and cover in 1 or 2 colors. Operations include saddle stitch,
  self and separate covers, extensive mailing, labels provided
  and deliver in Washington, DC. Contractor furnish paper. Quality
  attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008804)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL Program C234-S
DUE 020697
POC Betty Shanks, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for SSA. Production area, Nationwide. Copy pickup in Baltimore,
  MD. Various sizes envelopes, White and color #9, White #10
  window and regular, Kraft and Kraft window. Approx. 90 to 160
  orders per year for 500 to 21,000,000 envelopes per order.
  Black ink or PMS Reflex blue ink. Operations include film making,
  printing, binding (construction), packing and distribution.
  Contractor furnish paper. Quality attributes level IV. Bid
  request on firm's letterhead.
CITE: (M-339 SN008805)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B242-S
DUE 020697
POC Linda Giacomo, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  (plus an additional option year) for Smithsonian Institution.
  Production area, Nationwide. Copy pickup in Washington, DC.
  Smithsonian Contributions and Studies Series. Approx. 20 to
  40 orders per year for 1,600 to 3,100 copies of 20 to 300 pages
  per order. Prints in 1 to 5 ink colors (including 4-color process).
  Trim size 216 x 279 mm (8-1/2 x 11"). Operations include film
  making, printing, binding, packing, and destination. Quality
  attributes level II. Bid request on firm's letterhead.
CITE: (M-339 SN008806)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B354-S
DUE 020697
POC Duke Spence, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for GPO. Production area, Nationwide. Copy pickup in Washington,
  DC. Microfiche of Miscellaneous Publications. Average 6 orders
  per day week each order usually containing less than 1,000
  pages and requiring approx. 500 sets of diazo microfiche. Nationwide
  mailing and delivery in Washington, DC area to approx. 2 addresses.
  Bid request on firm's letterhead.
CITE: (M-339 SN008807)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--JEWEL BOX INSERTS
SOL Program C368-S
DUE 020797
POC James Grayson, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Navy. Copy pickup in Washington, DC. Approx
  10 to 18 orders per year for approx. 854,500. Trim size 4.75
  x 4.73 and 5.906 x 4.625" and 4.75 x 4.75". Printed in black
  ink or a single ink color and one Pantone color. Quality attributes
  level III and IV. Bid request on firm's letterhead.
CITE: (M-339 SN008808)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL Program C393-S
DUE 020797
POC Gloria Robertson, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for HHS/PHS. Production area, assumed 200-kilometer (124-mile)
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Rockville, MD. FDA Management Methods Directives.
  Approx. 4 to 50 orders per month for approx. 240 to 4,400 copies
  of 4 to 656 pages per order. Trim size 216 x 279 mm (8-1/2x11").
  Black ink. Operations include, saddle or side stitched, perforate
  on fold, drill, deliver f.o.b. destination and mail f.o.b.
  contractor's city. Contractor furnish paper. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008809)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B396-S
DUE 020797
POC Mary Newton, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Treasury. Production area, Nationwide. Copy
  pickup in Washington, DC. Advertising Kits and Individual Items.
  Approx. 37 orders per year for kits for approx. 500 to 10,500
  copies of envelopes, forms, labels and pamphlets per order
  with approx. 8 to 20 pages per order for pamphlets. Approx.
  5 to 10 orders for individual items for up to 60,000 copies.
  Various trim sizes. Operations include color separations, film
  making, printing (including 4-color process), binding, assembling,
  packing and distributing. Contractor furnish paper. Quality
  attributes level II. Bid request on firm's letterhead.
CITE: (M-339 SN008810)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PAMPHLET/BOOK PRINTING
SOL Program C397-S
DUE 020797
POC Greg Hamlet, Contracting Officer, Jack Scott, (202) 512-0300.
DESC: Single award term contract for period 040197 to 033198
  for Department of Agriculture. Production area, assumed 125-mile
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. Amendments to Handbooks. Approx.
  10 orders per week for approx. 3,000 to 8,000 copies of 8 to
  1,000 pages. 216 x 279 mm (8-1/2 x 11"). Printing in black
  ink. Quality attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008811)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--NEWSLETTER
SOL Program B410-S
DUE 021197
POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Army. Production area, Nationwide. Copy pickup
  in Fort Belvoir, VA. Bi-monthly publications for approx. 4,000
  to 5,000 copies of 24 to 32 pages per order. Trim size 216
  x 279 mm (8-1/2 x 11"). Black ink. Operations include saddle
  stitch, bulk ship and mailing. Contractor furnish paper. Quality
  attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008812)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--FORM PRINTING
SOL Program A415-M
DUE 021097
POC Scott Newton, Contracting Officer, Sandra MacAfee, (202)
  512-0455.
DESC: Multiple award term contract for period 040197 to 093097
  for Various Departments and Agencies. Production area, assumed
  121-km (75-mile) radius of zero milestone, Washington, DC.
  Bidders outside area must furnish documentation of their ability
  to meet schedule. Copy pickup in Washington, DC. ``Forms''.
  Approx. 300 orders per month of 100 to 12 million forms. Usually
  216x279 mm (8-1/2x11"), plus other sizes in 9 formats from
  89x140 mm (3-1/2x5-1/2") to 216x838 mm (8-1/2x33"). Operations
  include film making, printing in one ink color, drilling, folding,
  perforating, padding, bulk shipments and mailing. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008813)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 & PAMPHLET
SOL Program B432-S
DUE 021197
POC Ed Frase, Contracting Office, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Labor. Production area, assumed 200-km (124-mile)
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. Producer Price Index. Anticipate
  120 orders for 200 to 2,000 copies of 8 to 60 pages each. Approx.
  40 or more orders may be placed during several 2 month spans.
  Size 216 x 279 mm (8-1/2 x 11"). Black ink. Operations include
  trim, stitch, drill and mailing. Contractor furnish paper.
  Quality attributes level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008814)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--BUSINESS CARDS
SOL Program C433-S
DUE 021197
POC Gloria Robertson, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Transportation (Coast Guard). Copy pickup
  in Arlington, VA. Specifications cover the production of thermographic
  verkotype print business cards requiring such operations as
  printing, trimming, packing, and delivery. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008815)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C458-S
DUE 021197
POC Stu Friedman, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for DMA. Production area, assumed 240-km (149-mile) radius
  of zero milestone, Washington, DC. Bidders outside area must
  furnish documentation of their ability to meet schedule. Copy
  pickup in Washington, DC. Bulletins of the DOD DMA Catalog
  of Maps, Charts, and Related Products. Approx. 6 orders per
  year for 4,000 to 10,000 copies of approx. 44 to 438 pages
  per order. Size 356 x 232 mm (14 x 9-1/8"). Black ink. Operations
  include trim four sides, one staple upper left, drill, deliver
  in Washington, DC and Philadelphia, PA area. Contractor furnish
  paper. Quality attributes level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008816)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 & PAMPHLETS
SOL Program C460-S
DUE 021197
POC Michael Sebold, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Labor. Copy pickup in Washington, DC. Approx.
  60 to 220 orders per year for 600 to 4,500 copies per order
  of 2 to 120 pages per order. Operations include film making,
  printing, binding, packing, and delivery. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008817)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 PRINTING
SOL Program A472-M
DUE 021297
POC Mike Jones, Contracting Officer, Sandra MacAfee, (202) 512-0455.
DESC: Multiple award term contract for period 040197 to 033198
  for GSA. Production area, Nationwide. Copy originates in Washington,
  DC. Standard, Optional and Misc. Forms. Approx. 200 orders
  in 2 categories. Quantities range from 3,000 to 4,000,000 per
  order. Trim sizes range from 108 x 140 mm (4-1/4 x 5-1/2")
  to 216 x 838 mm (8-1/2 x 22"). Black ink or a color other than
  black. Operations include printing, drilling, perforating,
  padding, folding, shrink wrapping and distribution. All orders
  require Bar Code inner and outer labels. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008818)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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-NEWSLETTER PRINTING
SOL Program C483-S
DUE 021297
POC Majorie Bell, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Administrative Office of U.S. Courts. Production area,
  97-km (60-mile) radius of zero milestone, Washington, DC. Bidders
  outsider area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Anticipate monthly
  issues for approx. 12,000 to 16,000 copies of approx. 8 to
  16 pages per order. Trim size 216 x 279 mm (8-1/2 x 11"), insert,
  213 x 276 mm (8-3/8 x 10-7/8"). Printing in black ink plus
  one additional ink color. Operations include electronic composition,
  film making, printing, binding, packing, mailing and distribution.,
  Contractor furnish paper. Quality attributes level II. Bid
  request on firm's letterhead.
CITE: (M-339 SN008819)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--FORM & PAMPHLET PRINTING
SOL Program C500-S
DUE 021297
POC Ron Gladish, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Agriculture. Production area, assumed 100-kilometer
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Survey Pamphlets
  and Forms. Anticipate up to 100 orders per month for face only
  or face and back forms or 2- to 36-page pamphlets. 100 to 26,000
  copies per order. Sizes 216 x 279 mm (8-1/2 x 11") and 216
  x 356 mm (8-1/2 x 14"). One or two colors of ink. Operations
  include fold, paste on fold, saddle stitch, trim four sides,
  perforate, shrink-film wrap and delivery. Contractor furnish
  paper. Quality attributes level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008820)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B507-S
DUE 021297
POC Ed Frase, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Education. Production area, assumed 120-km
  (75-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Miscellaneous
  Training Material/Publications. Up to 12 orders per year for
  approximately 400 to 10,000 copies of approximately 60 to 700
  pages per order. Trim size 216 x 279 mm (8-1/2 x 11"). Operations
  include film making, printing, binding, packing, and distribution.
  Contractor furnish paper. Quality attributes level III. Bid
  request on firm's letterhead.
CITE: (M-339 SN008821)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--KIT FOLDERS
SOL Program B517-S
DUE 021297
POC Kay Mills, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for GPO. Production area, assumed 62-mile radius of zero milestone,
  Washington, DC. Bidders outside area must furnish documentation
  of their ability to meet schedule. Copy pickup in Washington,
  DC. Approx. 10 to 25 orders per year for approx. 100 to 1,000
  copies of Kit Folders. Flat size 495 x 432 mm (19-1/2 x 17");
  folder size 229 x 305 mm (9 x 12"). Print black ink; a single
  ink color; or black and a one additional ink color. Operations
  include film making, printing, binding, die-cutting and delivery.
  Contractor furnish paper. Quality attributes level III. Bid
  request on firm's letterhead.
CITE: (M-339 SN008822)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C543-S
DUE 021397
POC Shirley Woodruff, Contracting Office, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Interior. Production area, Nationwide. Copy
  pickup in Springfield, VA. ``Various Newsletters''. Approx.
  12 orders per year for approx. 1,000 to 12,000 copies of 4
  to 24 pages per order. Printing in a single color. Operations
  include film making, printing, binding, packing, and distribution.
  Contractor furnish paper. Quality Attributes Level III. Bid
  request on firm's letterhead.
CITE: (M-339 SN008823)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C557-S
DUE 021397
POC Greg Hamlet, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Security and Exchange Commission. Production area, Nationwide.
  Copy pickup in Washington, DC. Security and Exchange Commission
  Microfiche. Approx. 10 to 25 orders per year. Camera master,
  direct duplicates and diazoes will deliver to Washington, DC.
  Bid request on firm's letterhead.
CITE: (M-339 SN008824)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C581-S
DUE 021497
POC Shirley Woodruff, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Defense (Navy). Production area, assumed
  200-km (124-mile) radius of zero milestone, Washington, DC.
  Bidders outside area must furnish documentation of their ability
  to meet schedule. This contract is set aside for Small Disadvantaged
  Business only. Copy pickup in Arlington, VA. Fortitudine. Anticipate
  approx. 4 orders per year for approx. 25,000 copies of approx.
  24 to 48 pages per order. Trim size 216 x 279 mm (8-1/2 x 11").
  Prints in black ink. Operations include film making, printing,
  binding, packing, and distribution. Contractor furnish paper.
  Quality attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008825)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government
  Printing Office, 1888 Emery St. NW., 2 Park Place, Suite 110,
  Atlanta, GA 30318
SUBJECT: T--MISCELLANEOUS PRINTING/OVERPRINTING/CRASHPRINTING
SOL Program 2498-S
DUE 020397
POC Term Contract Section, (404) 605-9160.
DESC: Single Award (2 categories) Term Contract for period 03/01/97
  through 02/28/98, for DPS. Assumed production area is 100-mile
  radius of Pensacola, FL (Cat. 1) and 150-mile radius of Jacksonville,
  FL (Cat. 2). Approx. 20 orders (Cat. 1) and 130 orders (Cat.
  2) per year, consisting of tags, folders, and multi-part forms
  to be printed/overprinted/crashprinted as indicated; approx.
  20 to 5,000 copies. Various sizes up to 9-3/4 x 15". Print
  face only or face and back, one or two ink colors. Operations
  include composition, printing, numbering, perforating, wrapping,
  packing, and distribution. Copy pickup and delivery--Pensacola,
  FL (Cat. 1); or Jacksonville, FL or Kings Bay, GA (Cat.  2).
  Schedule is within 5 to 25 workdays. Quality Level IV. Bid
  request on firm's letterhead.
CITE: (M-339 SN008856)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C842-S
DUE 022297
POC Andrew Mott, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Labor. Production area, assumed 50-mile radius
  of zero milestone, Washington, DC. Bidders outside area must
  furnish documentation of their ability to meet schedule. Copy
  pickup in Washington, DC. Job Safety and Health Quarterly.
  Quarterly for approx. 3,200 to 11,000 copies of approx. 28
  to 44 pages per order. Trim size 8-1/2 x 11", Tearcard 4 x
  6" to 8-1/2 x 11". Prints in 2 color or 4 color process. Operations
  include film making, printing, binding, packing, mailing and
  distribution. Contractor furnish paper. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-339 SN008958)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C719-S
DUE 022097
POC Betty Shanks, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for FEMA. Production area, assumed 175-mile radius of zero
  milestone, Washington, DC. Bidders outside area must furnish
  documentation of their ability to meet schedule. Copy pickup
  in Washington, DC. FIA Flood Hazard Boundary Maps, Etc. Approx.
  20 to 30 orders per year for approx. 100 to 1,000 copies of
  1 to 80 pages per item (1 to 36 items). Trim size 432 x 279
  mm (17 x 11"). Prints in a single color. Operations include
  film making, printing, binding, packing, and delivery. Contractor
  furnish paper. Quality attributes level IV. Bid request on
  firm's letterhead.
CITE: (M-339 SN008960)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North  Capitol  & H
  Street, N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB,
  Washington, DC  20401
SUBJECT: T--PRINTING
SOL Program B649-S
DUE 021997
POC Mae Dean Rowe,  Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
   for Department of Navy. Production area, assumed 100-km  (62-mile)
   radius of zero  milestone, Washington, DC. Bidders outside
  area must furnish documentation of their ability to meet schedule.
  Approx. 2,000  to 2,500  copies of approx. 8 to  12 pages per
  order. Trim 216 x 279 mm (8-1/2 x 11"). Prints in  two  Pantone
  colors of ink. Operations include saddle-wire stitched,  binding,
  film  making, printing, packing, and  distribution. Contractor
  furnish  paper. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-339 SN008972)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--MARGINALLY-PUNCHED CONTINUOUS FORMS
SOL Program A1026-M
DUE 022797
POC David Perschy, Contracting Officer, Sandra MacAfee, (202)
  512-0319.
DESC: Multiple award term contract for period 040197 to 093097
  for Various Government Departments and Agencies. Production
  area, Nationwide. Carbon interleaved and chemical transfer
  marginally-punched continuous forms. Number and frequency of
  orders unpredictable. Various sizes. Stock and custom forms.
  Operations include deliver f.o.b. destination. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008973)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C19-S
DUE 020397
POC Marjorie Bell, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Commerce. Production area, assumed 60-mile
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. Construction Review. Bi-monthly
  issues for approx. 2,500 to 3,500 copies of 56 to 96 pages
  per order. Trim 8-1/2 x 11". Text prints in black ink, cover
  prints in a single ink color. Operations include trim four
  sides, wire stitch binding, film making, printing, packing
  and distribution. Contractor furnish paper. Quality attributes
  level IV. Bid request on firm's letterhead.
CITE: (M-339 SN008974)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program B31-S
DUE 020397
POC Mae Dean Rowe, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Navy. Production area, assumed 60-mile radius
  of zero milestone, Washington, DC. Bidders outside area must
  furnish documentation of their ability to meet schedule. Copy
  pickup in Arlington, VA. Anticipate 10 to 13 orders per year
  for approx. 5,300 copies of approx. 16 to 36 pages per order.
  Size 8-1/2 x 11". Black ink and one Pantone color. Operations
  include film making, printing, binding, packing and distribution.
  Quality attributes level III. Bid request on firm's letterhead.
CITE: (M-339 SN008975)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program C39-S
DUE 020397
POC Andrew Mott, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for National Imagery and Mapping Agency. Production area, assumed
  60-mile radius of zero milestone, Washington, DC. Bidders outside
  area must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. Weekly Notice to Mariners. Approx.
  12,000 copies with from 72 to 240 pages per order. Size 8-1/2
  x 11". Black ink. From three to five pages of chartlets print
  in black and up to four additional colors of ink. Operations
  include printing, binding, packing, and distribution. Contractor
  furnish paper. Quality attributes levels II (for chartlets)
  and III. Bid request on firm's letterhead.
CITE: (M-339 SN008976)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 & PAMPHLETS
SOL Program C69-S
DUE 020497
POC Jim Grayson, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Agriculture. Copy pickup in Washington, DC.
  Approx. 540 orders per year for approx. 80 to 50,000 copies
  with approx. 2 to 2,000 pages per order. Trim sizes: Format
  A: 5-3/8 x 8-1/2" and Format B: over 5-3/8 x 8-1/2" up to 8-1/2
  x 11". Printing in single ink and one or two Pantone colors.
  Binding: various binding styles. Quality attributes level III.
  Bid request on firm's letterhead.
CITE: (M-339 SN008977)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: U.S. Environmental Protection Agency , 26 W. Martin Luther
  King Dr., Cincinnati, OH 45268
SUBJECT: U::ENVIRONMENTAL RESPONSE TRAINING PROGRAM
SOL C700069T1
POC Cynthia Johnson, (513) 366-2040
DESC:  The U.S. Environmental Protection Agency, Office of Emergency
  and Remedial Response, has a requirement for a service contract
  to present its Environmental Response Training Program.  The
  majority of the staff and program management are currently
  located in the Cincinnati, Ohio and a smaller group is maintained
  in Edison, New Jersey.  Some of the courses will be presented
  in Edison and others will take place throughout the country.
   The contractor will be responsible for managing and directing
  the program, presenting existing courses, developing and presenting
  new courses and providing the professional instructors and
  auxiliary staff needed to operate the program.  EPA will provide
  facilities in Edison, New Jersey and equipment for all courses
  presented.  Contractors will be required to replace failed
  government furnished equipment on an as needed basis to fulfill
  the requirements of the contract.  EPA is anticipating the
  award of a contract with a 24-month base period consisting
  of approximately 208,000 direct professional labor hours, and
  three exercisable option periods consisting of approximately
  104,000 direct professional labor hours.  All responsible sources
  may submit an offer which will be considered.  All requests
  must be in writing.  No telephone requests will be honored.

CITE: (W-339 SN008652)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Commandant (G-ACS-2A/DD), U.S. Coast Guard Headquarters,
  2100 Second Street, SW, 20593-0001
SUBJECT: U--MATES SPILL RESPONSE COMMAND POST TRAINING
SOL DTCG23-97-R-MM2004
POC Danelle M. Dyer, Ph: (202) 267-2518, Contracting Officer:
  Shirley Kyle, Ph: (202) 267-2514.
DESC: The U.S. Coast Guard has identified a requirement for Multi-Agency
  Team-building Enhancement System Training (MATES) nation-wide
  for pollution response exercises. This training strives to
  improve the development of ``shared mental models'' and team
  problem-solving skills among the potentially diverse members
  of the individual Incident Command System (ICS) Sections. Eight
  (8) one week, eight (8) hours per day MATES training sessions
  are required during fiscal year 1997, and seven (7) one week,
  eight (8) hours per day training sessions during each option
  year of 1998 and 1999. During the base period of the contract
  it is anticipated that these training sessions will be conducted
  at U.S. Coast Guard Marine Safety Offices in Puerto Rico; 
  Duluth, WI; Juneau, AK; and Jacksonville, FL. The ICS-based
  Emergency Management System to be used as the focus of this
  training shall be the National Interagency Incident Management
  System (NIIMS), and modified for marine incident response.
  Exercises shall be designed to emphasize team problem solving
  and facilitate the development of the specific ICS products
  identified for each Section. Exercises shall be local port-specific,
  marine spill response exercises, however, they may involve
  emergency, time-critical responses within other Coast Guard
  mission areas. The Coast Guard's goal is to rapidly develop
  an emergency response organization with a locally appropriate
  ICS organizational structure which can facilitate and direct
  a response  effort. THIS PROCUREMENT IS A 100% TOTAL SMALL
  BUSINESS SET-ASIDE. The SIC Code for this requirement is 8299
  and the size standard is $5.0 million in gross annual receipts.
  A dedicated room(s) suitable for the training, with overhead
  projector/screen and charts with markers will be provided at
  each location. The acquisition will be awarded on a firm-fixed-price
  basis. The U.S. Coast Guard anticipates issuance of the Request
  for Proposal (RFP) on or about January 7, 1997. Requests for
  the solicitation package must be in writing. Telephone requests
  will not be honored. All responses must be submitted within
  15 calendar days from date of this notice and reference Solicitation
  No. DTCG23-97-R-MM2004. All responsible sources may submit
  a  proposal which shall be considered. 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
  enterprises to acquire short term working capital assistance
  for transportation-related contracts. Loans are available under
  the DOT Short Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing. The maximum
  line of credit is $500,000. For further information and applicable
  forms concerning the STLP, please call the OSDBU at (800) 532-1169.
  See Numbered Notes 1 and 26.
CITE: (M-339 SN008693)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Department of Defense Education Activity (DoDEA), Hqs,
  Procurement Division, 4040 N. Fairfax Drive, 8th Floor, Arlington,
  VA 22203-1635
SUBJECT: U--CONSULTANT/TRAINER
POC Mrs. Vicki Liedel, (703) 696-3852 ext. 4111.
DESC: The Department of Defense Dependents Schools (DoDDS) intends
  to negotiate on a sole-source basis with Dr. Judy Barokas,
  for services to design and implement an evaluation design for
  School-Home Partnership and School-Based Management. This notice
  is for information only. There is no RFP available.
CITE: (M-339 SN008709)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Library of Congress, Contracts & Logistics Services,
  1701 Brightseat Road, Landover, MD 20785-3799
SUBJECT: U -- TRAIN LIBRARY TRAINERS IN FACILITATIVE MANAGEMENT
  INSTRUCTION
SOL IN97C-8
POC Ruth Nelson, Contracting Officer, 202-707-8610.
DESC: The Library of Congress intends to negotiate on a sole
  source basis with Interaction Associates to provide training
  for its management staff in the Seven Practices of Facilitative
  Leadership. Interaction Associates will train four to six trainers,
  provide training material for approximately 500 supervisors,
  and assist with training as required. The Library is in the
  midst of implementing a dramatic new Management Improvement
  Plan in conjunction with a GAO audit as directed by the agency's
  Oversight Committee. It is imperative that supervisors receive
  this training so as to not adversely impact the Library's management
  improvement efforts. Interaction Associates is uniquely qualified
  in that its off-the-shelf training product accomplishes all
  of the following: creates breakthrough learning in the workshop
  environment; provides a set of proprietary, interactive, and
  interrelated models which have been successfully applied for
  maximizing involvement in decision making, enhancing collaboration
  and building group agreement; focuses on reducing the cycle
  time of collaborative problem-solving efforts; reconciles neutral
  facilitation and results-oriented leadership; provides frameworks
  for leaders to move groups from an issue to concrete results;
  and concentrates on group as well as individual competency
  without modification or tailoring. Interested parties may identify
  their capabilities to respond to this requirement or submit
  proposals. This notice of intent is not a request for competitive
  proposals. However, all information received within thirty
  (30) days after date of publication of this synopsis will be
  considered by the government. A determination by the government
  not to compete the 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. Capability information referencing IN97C-8 may
  be sent to the address indicated in this synopsis.
CITE: (I-339 SN008767)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: US Department of Veterans Affairs, 810 Vermont Avenue,
  NW,Washington, DC 20420
SUBJECT: V -- SHUTTLE SERVICES
SOL 101-10-97
DUE 012397
POC Brian E. Staples,Sr.(202)273-8793Additional Contact, John
  Corso (202)273-8792
DESC: Due to substantial requirement changes for the Department
  of Veterans Affairs the current contract option year will not
  be executed. The new procurement is designated as a Small Business
  Set-Aside requiring the continuation of a contract for shuttle
  services in Washington, DC between 810 Vermont Avenue, NW;
  801 I Street, NW; and 1800 G Street, NW. The contractor will
  provide the following: one(1) vehicle w/Handicapped Lift, personnel,
  equipment, tools, materials, supervision, and other items necessary
  in providing transportation services to the Department of Veterans
  Affairs employees. The contract will provide a base year and
  four(4) option years. Interested vendors shall submit a written
  request via mail (or facsimile machine) for the solicitation
  within fifteen(15) days from the publication date of this synopsis.
  All responsible sources may submit an offer which will be considered
  (SIC: 1411). Approximate issue date of this solicitation is:
  December 18, 1996. The solicitation information will also be
  available on the Department of Veterans Affairs "HOME PAGE"
  for address information please contact Brian E. Staples, Sr.
  (202)273-8792 (0124)
CITE: (I-339 SN008763)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: GSA, NCR, Special Services Center, (WPMFC) 3101 Pennsy
  Drive, Landover, Maryland
SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE
  U.S. AGENCY FOR INTERNATIONAL DEVELOPMENT AND THE ENVIRONMENTAL
  PROTECTION AGENCY IN THE WASHINGTON, DC METROPOLITAN AREA
SOL GS11P97YXC0028
DUE 012397
POC Emily M. Harper, (301) 436-4499.
DESC: The U.S. Agency for International Development (USAID),
  approximately 2600 employees, and the Environmental Protection
  Agency (EPA), approximately 1000 employees will be consolidating
  various existing sites into their new facility in the Federal
  Triangle Building. (FTB), 1300 Pennsylvania Avenue, NW., Washington,
  DC. The contractor will furnish all transportation and moving
  related services for these agencies to provide weekend moves
  of approximately 200 to 250 employees each weekend move from
  approximately 9 sites to the FTB location. Movement of specialized
  equipment and supplies is included. The move will begin in
  June 1997 through October 1997. The pre-bid conference, property
   inspection and walk-through will be conducted on January 7
  and 8, 1997 at 10:00 a.m. in the Waterside Mall location, Main
  Entrance, 401 M Street, SW., Washington, DC. Prospective bidders
  interested in attending must submit to this office the name
  of representatives by the close of business January 3, 1997.
  Bidders that fail to participate in the walk-through or inspection
  of the property to be relocated will not be considered for
  an award. IFB will be issued on or about December 16, 1996.
  Request for solicitation or parties planning to attend walk-through
  may fax information to (301) 436-7178. No phone calls will
  be taken.
CITE: (M-339 SN008826)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: National Park Service, Contract Operations Branch (233),
  P.O. Box 37127, Washington, DC 20013-7127
SUBJECT: V--PROVIDE SHUTTLE BUS SERVICE FOR THE NATIONAL PARK
  SERVICE
SOL 1443IB0001-97-001
DUE 122096
POC Demetria Brown (202) 523-0064, Contracting Officer.
DESC: The National Park Service (NPS) proposes to award a contract
  to provide Shuttle Service for Government Employees between
  National Park Service Offices located at 800 N. Capitol Street,
  NW., and the Department of the Interior Building at 18th &
  C Streets, NW. Requests for the IFB should be in writing and
  received by the issuing office no later than 15 days from the
  date of publication of this synopsis in the Commerce Business
  Daily. Telephone phone requests will not be honored, however
  you may fax your requests to (202) 343-1248. This is a full
  and open competitive procurement. All responsible  sources
  may submit an offer which will be considered by the National
  Park Service.
CITE: (M-339 SN008852)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--TRANSPORTATION
SOL 8097-07
DUE 022497
POC Cindy Knickerbocker, Procurement Technician, (208) 387-5760.
DESC: Contractor will be required to be certificated under 14
  CFR, Chapter 137, Agricultural Aircraft Operations. Furnish
  flight services fully contractor operated and maintained consisting
  of Single Engine Airtankers in support of Bureau of Land Management
  fire programs for the approximate period of May 15, 1997, to
  July 23, 1997. The term of this contract will be one year with
  options to renew for 2 additional years. Designated base is
  Kingman, AZ. See numbered note 1 and 26.
CITE: (M-339 SN008858)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Headquarters, Military Traffic Management Command, ATTN:
   MTTM-D, Room 117, Mr. Y C Kim, 5611 Columbia Pike, Falls Church,
  Virginia 22041-5050
SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION  (D-97-16)
SOL N/A
DUE 020597
POC Mr. Y C Kim, (703) 681-6554
DESC: Freight All Kinds, (DOD Unique 999916), Less-than-truck
  truckload and Truckload shipments, estimated weight 172.7 million
  pounds, carriers will be required to provide closed vans with
  flat floors, 28 and 45 foot or greater in length. Origin: 
  Defense Distribution Depot, Richmond (DDRV) within CONUS. 
  Bids must arrive at the above address by 3 p.m., e.t., on February
  5, 1997, and the opening will be held on February 6, 1997 at
  9 a.m., e.t.  If you have any questions co ntact Mr. Y C Kim,
  at the above address or fax to (703) 681-8388.
CITE: (I-339 SN008860)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: V -- RELOCATION SERVICES
SOL W2623861494003
DUE 122096
POC Karen Chapman, Purchasing Agent, (301) 394-1945, Beth Smith,
  Contracting Officer, (301) 394-3371.
DESC: Contractor shall provide all labor, equipment, and materials
  necessary to disassemble, pack, and ship the JOEL JEM 200cx
  Scanning Transmission Electron Microscope and the JOEL JSM
  840 II Scanning Electron Microscope from the Chestnut Run Site,
  DE to Building 4600, Aberdeen Proving Ground, MD, thereupon,
  reassemble, reinstall, and ensure instruments are operating
  in the same manner as they were before shipment. It is intended
  to award this contract to JEOL USA Inc., Laurel, MD on a sole
  source basis. The Microscopes are extremely delicate and sophisticated.
  Without the appropriate knowledge of the instruments, which
  JEOL USA Inc., the manufacturer, possesses, any mishandling
  due to unfamiliarity of the system could cause serious damage
  to the instruments. As a part of moving the microscopes, a
  site survey must be performed at the new site to ensure the
  location is suitable for electron microscopy. JEOL USA Inc.,
  is the only source that can successfully move the microscopes
  due to the sophisticated nature of the instruments. Interested
  persons, responsible businesses only may identify their interest
  and capability to respond to the requirement by submitting
  a request in writing for a copy of the solicitation. No telephone
  requests will be honored. See Numbered Note(s): 22.
CITE: (I-339 SN008956)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: GSA, NCR, Special Service Center, (WPMFC) 3101 Pennsy
  Drive, Landover, Maryland
SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE
  U.S. CUSTOMS AGENCY, IN THE WASHINGTON, DC METROPOLITAN AREA
SOL GS11P97YXC0029
DUE 012197
POC Emily M. Harper, (301) 436-4499.
DESC: The U.S. Customs Agency, approximately 2165 employees will
  be consolidating various existing sites into their new facility
  in the Federal Triangle Building, (FTB), 1300 Pennsylvania
  Avenue, NW., Washington, DC. The contractor will furnish all
  transportation and moving related services for these agencies
  to provide weekend moves of approximately 200 to 250 employees
  each weekend move from approximately 7 sites to the FTB location.
  Movement of specialized equipment and supplies is included.
  The move will begin in August 1997 through November 1997. The
  pre-bid conference, property inspection and walk-through will
  be conducted on January 9, 1997 at 10:00 am in the ICC  Building
  location, Main Entrance, 12th and Constitution Ave., NW., Washington,
  DC. Prospective bidders interested in attending must submit
  to this office the name of representatives by the close of
  business January 3, 1997. Bidders that fail to participate
  in the walk-through or inspection of the property to be relocated
  will not be considered for an award. IFB will be issued on
  or about December 16, 1996. Request for solicitation or parties
  planning to attend walk-through may fax information to (301)
  436-7178. No phone calls will be taken.
CITE: (M-339 SN008963)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: ACC CONS/LGCU, 227 Hunting Ave., Suite 301, Langley AFB
  VA 23665-2771
SUBJECT: V--SOUTHCOM AIRLIFT SERVICES BETWEEN CENTRAL AND SOUTH
  AMERICA
DUE 121896
POC Capt Lou Brundidge, (757) 764-8164, FAX (757) 764-3385/Contracting
  Officer, Ms. Della Shelton, (757) 764-5570, ext 149.
DESC: Aircraft must be capable of the following: day and night
  operations; perform under conditions of extreme temperature,
  humidity, and heavy rainfall; takeoff and land at airfields
  with elevations up to  9,500 feet above mean sea level; land
  on unimproved surfaces measuring a minimum of 1,800 ft in length
   and 45 ft in width while carrying a minimum of 3,000 pounds;
  takeoff on the same size airfield with 1,500 ft with a minimum
  of 3,000 pounds; sustained cruise speed of at least 250 KTAS
  at optimum cruise altitude; being pressurized with a service
   ceiling of at least 26,000 ft;  max payload of 15,000  pounds
  or greater; carrying  a payload of 8,000  pounds a  distance
  of  720 nautical  miles before requiring refueling; optimally,
  carry a minimum of  8,000 pounds a distance of 1,100 nautical
   miles before refueling; carrying 35 combat equipped troups
  with gear (300 pounds per person) or  24  paratroopers  (350
  pounds per person);  separately carry a  1-1/4 ton  M1038 High
  Mobility Multi-Purpose  Wheeled Vehicle  (HMMWV), a 105 MM,
  MM102, or M119 Light Towed Howitzer and a 3/4 ton M1009  Commercial
  Utility Cargo Vehicle.  Aircraft must have a stowable power
  operated winch system with sufficient capacity to  pull  the
  heaviest specified wheeled vehicle up the included ramp or
  load a  maximum weight full-size  463L  pallet utilizing the
  roller  conveyor system with the ramp in a horizontal position.
  Aircraft  must meet or exceed an 85% mission capable rate,
  and allow USSOUTHCOM to complete a projected  flight hour 
  program  of 3,700 hours at a  rate of approximately 308 hours
  per month. Aircraft Utilization Rate would be 31 hours  per
  airframe, per month, based on 10  aircraft assigned. Surge
  capability is five aircraft per day each flying 10 hours per
  day. Two aircraft must be available 24 hours per day, seven
  days per week, on 12 hours notice. Aircrews and Maintenance
  crews must be U.S.  citizens and hold, or be capable of obtaining,
  a secret security clearance, as a minimum. Aircrews must hold
  an Airline Transport Pilot Certificate (ATP). The aircraft's
  electrical system shall be configured to supply electrical
  power for the required loads  and maintain a 25% reserve for
  future growth. Aircraft shall provide electrical power for
  ground operations of essential  aircraft systems and auxiliary
  power  unit starting without a ground power cart. Aircraft
  shall include dual VHF/AM/FM, UHF (LOW and SATCOM), and HF.
  All  radios must be secure voice/antijam  capable. Aircraft
  must provide navigation capabilities in accordance with AFR
  55-9 TERPS Non-Precision and Precision approach minimums. Navigation
  equipment should include: INS, GPS, 2  VORS, 2 TACANs, 2 ADFs,
  2 DME Indicators, and Dual RMIs. Aircraft must include Radar
  Altimeter, Ground Proximity Warning  System (GPWS), and Weather
  Radar.  Aircraft shall have adequate space, weight, power,
  and  cooling reserves to accommodate future integration and
  installation of new  FAA equipment requirements, Forward Looking
  Infrared System, and Air Defense Systems.  Aircraft must  conduct
  operations in environments short of open hostilities as directed
  by CINCUSSOUTH-COM. THIS IS A REQUEST FOR INFORMATION AND MARKET
  SURVEY ONLY; at this time the Government has no firm requirement
  for this acquisition. All interested parties should provide,
  AT NO COST TO THE GOVERNMENT, information concerning their
  company's capability to provide the services described herein.
  Your information should include a brief capabilities statement,
  including previous experience and/or additional information
  which supports your ability to fulfill this requirement. This
  information shall not exceed five pages in total length and
  must be received within 15 days after initial  publication
  of this notice.
CITE: (M-339 SN008830)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: ACC CONS/LGCU, 227 Hunting Ave, Suite 301, Langley AFB
  VA 23665-2771
SUBJECT: V--SOUTHCOM AIRLIFT SERVICES BETWEEN CENTRAL AND SOUTH
  AMERICA
DUE 112996
POC Capt Lou Brundidge, (757) 764-8164, Fax (757) 764-3385/Contracting
  Officer, Ms. Della Shelton, (757) 764-5570, ext 149.
DESC: Aircraft must be capable of the following: day and might
  operations; perform under conditions of extreme temperature,
  humidity, and heavy rainfall; takeoff and land at airfields
  with elevations up to 9,500 feet above mean sea level; land
  on unimproved surfaces measuring a minimum of 1,800 ft in length
  and 45 ft in width while carrying a minimum of 3,000 pounds;
  takeoff on the same size airfield with 1,500 ft with a minimum
  of 3,000 pounds; sustained cruise speed of at least 250 KTAS
  at optimum cruise altitude; being pressurized with a service
  ceiling of at least 26,000 ft; max payload of 15,000 pounds
  or greater; carrying a payload of 8,000 pounds of distance
  of 720 nautical miles before requiring refueling, optimally,
  carry a minimum of  8,000 pounds a distance of 1100 nautical
  miles before refueling; carrying 35 combat equipped troops
  with gear (300 pounds per person) or 24 paratroopers (350 pounds
  per person); separately carry a 1-1/4 ton M1038 High Mobility
  Multi-Purpose Wheeled Vehicle (HMMWV), a 105 MM, MM102, or
  M119 Light Towed Howitzer and a 3/4 ton M1009 Commercial Utility
  Cargo Vehicle. Aircraft must have a stowable power operated
  winch system with sufficient capacity to pull the heaviest
  specified wheeled vehicle up the included ramp or load a maximum
  weight full-size 463L pallet utilizing the roller conveyor
  system with the ramp in a horizontal position. Aircraft must
  meet or exceed an 85% mission capable rate, and allow USSOUTHCOM
  to complete a projected flight hour program  of 3,700 hours
  at a rate of approximately 308 hours per month. Aircraft Utilization
  Rate would be 31 hours per airframe, per month, based on 10
  aircraft assigned. Surge capability is five aircraft per day
  each flying 10 hours per day. Two aircraft must be available
  24 hours per day, seven days per week, on 12 hours notice.
  Aircrews and Maintenance crews must be U.S. citizens and hold,
  or be capable of obtaining, a secret security clearance, as
  a minimum. Aircrews must hold an Airline Transport Pilot Certificate
  (ATP). The aircraft's electrical system shall be configured
  to supply electrical power for the required loads and maintain
  a 25% reserve for future growth. Aircraft shall provide electrical
  power for ground operations of essential aircraft  systems
  and auxiliary power unit starting without a ground power cart.
  Aircraft shall include dual VHF/AM/FM, UHF (LOW and SATCOM),
  and HF. All radios must be secure voice/antijam capable. Aircraft
  must provide navigation capabilities in accordance with AFR
  55-9 TERPS Non-Precision and Precision approach minimums. Navigation
  equipment should include: INS, GPS, 2 VORS, 2 TACANS, 2 ADFs,
  2DME Indicators, and Dual RMIs. Aircraft must include Radar
  Altimeter, Ground Proximity Warning System (GPWS), and Weather
  Radar. Aircraft shall have adequate space, weight, power, and
  cooling reserves to accommodate future integration and installation
  of new FAA equipment requirements, Forward Looking Infrared
  System, and Air Defense Systems. Aircraft must conduct  operations
  in environments short of open hostilities as directed by CINCUSSOUTHCOM.
  THIS IS A REQUEST FOR INFORMATION AND MARKET SURVEY ONLY; at
  this time the Government has no firm requirement for this acquisition.
  All interested parties should provide, AT NO COST TO THE GOVERNMENT,
  information concerning their company's capability to provide
  the services described herein. Your information should include
  a brief capabilities statement, including previous experience
  and/or additional information which supports your ability to
  fulfill this requirement. This information shall not exceed
  five pages in total length and must be received within 15 days
  after initial publication of this notice.
CITE: (M-339 SN008909)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: W--RENTAL OF HEAVY DUTY, ROUGH TERRAIN, CRANE FOR USE
  AT DEFENSE DISTRIBUTION DEPOT BARSTOW (DDBC), BARSTOW, CA 
SOL SP3200-97-Q-0003
DUE 010397
POC Patty Smith, Purchasing Agent, (209)982-2407 or Regina G.
  Cox, Contracting Officer, (209) 982-2404 
DESC: Rental of one (1) each contractor owned heavy duty crane,
  12-ton min/30-ton max lifting capacity; 28-70' full power telescopic
  main boom with rotating cab, 25' fixed length/43' extended
  length, 0-15-30 degree offsettable jib capacity; capable of
  operating in rough terrain and climate where the outside temperature
  could exceed 120-degree during summer months, for use at Defense
  Distribution Depot Barstow (ddbc), Yermo Annex, Barstow, CA.
   Period of performance shall be for base period starting January
  15, 1997 thru September 30, 1997 plus one (1) option term.
   All responsible sources may submit an offer which shall be
  considered.  Only written requests will be accepted.  Request
  may be faxed to (209)982-2450 or mailed to ascw Contracting
  Office, P>O> Box 960001 (ascw-pab), Stockton, CA  95296-0800,
  ATTN:  Patty Smith  
CITE: (W-338 SN008526)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Headquarters U.S. Army Transportation Center, ATTN: ATZF-PC
  Procurement, Bldg. 1607, Fort Eustis, VA 23604-5000
SUBJECT: W--NATIONWIDE BUS SERVICE FOR FORT EUSTIS, VA, RENTAL
  OF SPACE ON THE FORT IS REQUIRED.
SOL NAFTG1-97-P-0005
DUE 122096
POC Nancy Fowler, (804) 878-3271, Contracting Officer.
DESC: Sole source award is anticipated for providing nationwide
  bus service for Fort Eustis. Contractor shall be required to
  pay the Fort rental on the building from which the contractor
  operates. When calling be prepared to state name, address,
  and solicitation number.
CITE: (M-339 SN008708)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue,
  Chambersburg, PA 17201-4152
SUBJECT: W-LEASE WITH MAINTENANCE OF BACKHOE
SOL DAAC67-97-Q-0115
DUE 121696
POC Point of Contact - Karen McKibben, Contract Specialist, 717-267-9753
  x309. Contracting Officer, Brenda S. Earnest, 717-267-9817
  x260
DESC: CORRECTION: Classification should have read W -Lease with
  Maintenance of Backhoe.  Solicitation will also contain line
  items for Lease to Ownership Plan and Lease with Option to
  Purchase.
EMAILADD: tkeller@letterkenn-emhl.army.mil
EMAILDESC: 
CITE: (D-339 SN008774)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Headquarters U.S. Army Transportation Center, ATTN: ATZF-PC
  Procurement, Bldg. 1607, Fort Eustis, VA 23604-5000
SUBJECT: W--NATIONWIDE BUS SERVICE FOR FORT EUSTIS, VA, RENTAL
  OF SPACE ON THE FORT IS REQUIRED.
SOL NAFTG1-97-P-0005
DUE 122096
POC Nancy Fowler, (804) 878-3271, Contracting Officer.
DESC: Sole source award is anticipated for providing nationwide
  bus service for Fort Eustis. Contractor shall be required to
  pay the Fort rental on the building from which the contractor
  operates. When calling be prepared to state name, address,
  and solicitation number.
CITE: (M-339 SN008962)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: X -- COMMERCIAL STORAGE SERVICE AT YUMURTALIK, TURKEY
SOL SP0600-97-R-0007
DUE 011697
POC Contact S. Crump, Contract Specialist, (703) 767-9348/D.
  Gordon, Contracting Officer, (703) 767-9347
DESC: Mooring services for the USAF Sea Mooring Facility at Yumurtalik,
  Turkey for the period beginning 01 Apr 97.  Potential contractors
  must provide or perform the following services:  a) Connecting
  the ship's rigging to the the product discharge hose buoy(s)
  and lifting the discharge hose(s) onto the ship's deck (one
  or more hoses as requested by the Terminal Operator. b) Connecting
  the discharge hose(s) to the ship's discharge manifold(s) immediately
  upon completion of securing all vessel mooring lines. c) Keep
  watch over the facility during product discharge to detect
  leaks and help prevent damage to the facilities.  Maintain
  radio communication with shore and vessel personnel at all
  times during discharge operations. d) Disconnecting each product
  discharge hose and towing it to a position where it can be
  lowered to the ocean floor without tangle. e) In the event
  weather/sea conditions force discontinuation of vessel discharge,
  the contractor will disconnect and reconnect the discharge
  hose(s) as coniditions permit.  Other requirements will be
  listed in the referenced solicitation.  All responsible sources
  may submit a proposal which shall be considered.
CITE: (I-338 SN008516)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: X -- SERVICES AND FACILITIES TO RECEIVE, STORE, AND
  SHIP GOVERNMENT-OWNED FUEL IN THE JACKSONVILLE, NJ AREA
SOL SP0600-97-R-0046
DUE 013097
POC Contact M. Fass, Contract Specialist, (703) 767-9335/B. DeLong,
  Contracting Officer, (703) 767-9336
DESC: Services and facilities to receive, store, and ship Government-owned
  JP8. Area of consideration:  25 mile radius of McGuire AFB,
  NJ.  Estimated annual throughput:  2,800,000 bbls.  Tankage
  required is 336,000 bbls; minimum of two tanks.  Receive via
  barge/tank trucks; ship via contractor furnished pipeline/tank
  trucks. Delivery is 01 Jul 97 through 30 Jun 2002.  This is
  an unrestricted procurement.  All responsible sources may submit
  a proposal which shall be considered.
CITE: (I-338 SN008517)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Department of Defense Education Activity (DoDEA), Hqs,
  Procurement Division, 4040 N. Fairfax Drive, 8th Floor, Arlington,
  VA 22203-1635
SUBJECT: X--LODGING AND CONFERENCE FACILITIES
SOL MDA410-97-R-0001
POC Mr. Tim Graf, (703) 696-3844 ext. 4104.
DESC: The Department of Defense Education Activity (DoDEA) requires
  a contractor to provide lodging, meals and conference facilities
  for the ``DoDEA School Improvement Planning IV'' to be held
  during the period of 22-27 June, 1997 in the Northern Virginia
  or Washington DC area within easy access to National Airport.
  Metro access or shuttle should be within 4 blocks of the hotel.
  The session will require 230 single occupancy hotel/motel rooms
  from June 22 through June 27 with meal plans. The following
  equipment will be required: a screen, overhead projector, flip
  charts or white boards, VCR and monitor. Interested parties
  must respond in writing to this announcement. Telephone requests
  will not be honored. Requests for RFP MDA410-97-R-0001 must
   be submitted in writing to Department of Defense Education
  Activity (DoDEA), Procurement Division, ATTN: Mr. Tim Graf,
  4040 N. Fairfax Drive, 4th Floor, Arlington, VA 22203. Fax
  requests at (703) 696-4871 will be accepted; however, confirmation
  of receipt will not be provided.
CITE: (M-339 SN008710)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Highway Administration, Loudoun Tech Center,
  21400 Ridgetop Circle, Sterling, Virginia  20166-6511
SUBJECT: Y -- NORTH CAROLINA FOREST HIGHWAY PROJECT NC PFH 3-1(1)
  (SECOND PROPOSAL)
SOL DTFH71-97-B-00004
DUE 012397
POC Contact for verifying availibility of bidding documents:
  Contract Specialist Sue Stanton, 703-285-0006; Contact for
  technical information:  Engineering Coordinator, Robert Sparrow,
  703-285-0075; Contracting Officer, Mary W. Daigle.
DESC: Sealed bids from all business concerns will be accepted
  for the North Carolina Forest Highway Project NC PFH 3-1(1)
  (Second Proposal), Pisgah National Forest, in Transylvania
  County, North Carolina. The project consists of the replacement
  of the existing bridge over the West Fork of the French Broad
  River, and includes installing retaining walls; realigning
  the approach roadway; grading; paving; drainage improvements;
  and other miscellaneous work.  Principal items of work and
  approximate quantities are as follows:  Roadway excavation,
  1,350 cubic meters; Structure excavation, 475 cubic meters;
  Structural concrete, 300 cubic meters; Precast prestressed
  concrete structural members, I-beams, AASHTO type 3, 200 meters;
  Concrrete bridge railing, 140 meters; Drilled shafts, 900 mm
  diameter, 40 meters.  The project is expected to fall within
  the price range of $500,000 to $1,000,000 and has a construction
  completion date of December 31, 1997. Invitation for Bids No.
  DTFH71-97-B-00004 to be issued on or about December 23, 1996.
   Plans, proposal and contract booklets, standard specifications,
  and other bid documents, will be available on or after the
  issuance date, from the Federal Highway Administration, Eastern
  Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling,
  Virginia 20166-6511, telephone: 800-892-8776, at no charge
  to bidders, subcontractors, and suppliers. Please call to verify
  availability of the bid documents.  All requests for bid documents
  and planholder's lists will be mailed first class. It is strongly
  recommended that all requests for bid documents and planholder's
  lists be received 7 calendar days before bid opening to ensure
  receipt of requested materials.  Requests for 'faxing' or overnight
  mailing will not be accepted.  Bid opening on or about January
  23, 1997, at 2:00 pm, local time at the Office of the Division
  Engineer, Federal Highway Administration, Eastern Federal Lands
  Highway Division, 21400 Ridgetop Circle, Sterling, Virginia
  20166-6511.  The following applies to Minority, Women-Owned
  and Disadvantaged Business Enterprises:  The Department of
  Transportation (DOT) Office of Small and Disadvantaged Business
  Utilization has bonding programs to assist minority, women-owned
  and disadvantaged business enterprises in acquiring short-term
  capital and bonding assistance for transportation-related contracts.
   Loans are available under the DOT Short Term Lending Program
  (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable financing.  The DOT Bonding
  Assistance Program enables firms to apply for bid, performance
  and payment bonds up to $500,000 per contract.  DOT provides
  an 80 percent guaranty on the bond amount to a surety against
  losses.  For further information and applicable forms concerning
  the STLP and Bonding Assistance Program, please call (800)
  532-1169.
CITE: (I-339 SN008716)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Y -- YARD L SPRINKLERS LOW WAREHOUSE, IOWA AAP, IOWA
SOL DACA45-97-B-0008
DUE 012397
POC Contracting Division at: (402) 221-4266 Plans and specifications
  can be ordered by fax at (402) 221-4530.
DESC: The work will include the following: (Approx. quantities)
  160 LF 8 inch water distribution pipe, dry-pipe sprinkler system
  and fire alarm reporting system in four existing warehouses
  (50 feet by 500 feet wood framed, metal covered buildings).
  The estimated construction cost of this project is between
  $500,000 and $1,000,000. Contractor's Quality Control will
  be a requirement in this contract. The Contractor will be required
  to commence work within 10 days after notice to proceed and
  complete the work 365 calendar days after receipt of Notice
  to Proceed. Provisions will be included for liquidated damages
  in case of failure to complete the work in the time allowed.
  Performance and payment bonds will be required. Bid sets will
  be available on/a December 16, 1996. Half-size plans and specifications
  will be furnished upon request. All requests for solicitation
  packages should be made in writing no later than 14 days prior
  to bid opening. After such time, packages will be furnished
  if supply is available. It has been determined that the number
  of sets be limited to 1 (one) per firm (additional copies will
  be the responsibility of the requestor). Please list street
  address (for parcel del service) and mailing address. SPECIAL
  NOTES: All responders are advised that this requirement may
  be cancelled or revised at any time during the solicitation,
  selection, selection evaluation, negotiation and/or final award
  structure and disposition of US Armed Forces. Telephone calls
  regarding small business matters should be made to Mr. Hubert
  J. Carter Jr. at 402-221-4110. Telephone calls on contents
  of drawings and specifications should be made to Specification
  Section at (402) 221-4547. SIC NO. 1541. THIS SOLICITATION
  IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION.
CITE: (I-339 SN008754)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- CONSTRUCTION OF JOINT STARS CHILD DEVELOPMENT CENTER,
  ROBINS AFB, GEORGIA
SOL DACA21-97-B-0013
DUE 120896
POC Derek Cudd, (912) 652-5688 or Elise DeLoache, Contract Specialist,
  (912) 652-5294.
DESC: The following solicitation was published in the December
  2nd edition of the Commerce Business Daily. It is being republished
  in its entirety due to several omissions. Description of Work:
  Construction of a single story child development center with
  a concrete foundation, floor slab, masonry walls, structural
  steel frame, and standing seam metal roof system. Project also
  includes playground area, site work, fire protection, pavements
  and necessary support utilities. Network Analysis System will
  be required. Estimated cost range of project is from $1,000,000
  to $5,000,000. Charge for solicitation documents is $45. Make
  check payable to F&A Officer. Solicitation documents will be
  available December 18, 1996 (approx.). In order to receive
  documents in a timely manner, requests should be received by
  December 10, 1996. Only written requests for plans and specifications
  will be accepted. State area code, telephone number, street
  address and nine-digit zip code. Plans and specifications are
  available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West
  Oglethorpe Avenue, Savannah, Georgia 31401-3640. (TECHNICAL
  questions regarding this project should be addressed to the
  Project Manager, Mr. Derek Cudd, (912) 652-5688. CONTRACTUAL
  questions should be addressed to Ms. Elise DeLoache, (912)
  652-5294.) Bidding on this solicitation is restricted to 8(a)
  firms serviced by the SBA Atlanta District Office pursuant
  to Public Law 100-656, Section 303(b). SIC code is 1542.
CITE: (I-339 SN008755)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- SWITCHYARD EQUIPMENT AND LINE RELAYING REPLACEMENT
  - J. STROM THURMOND POWERHOUSE, SC
SOL DACW21-97-B-0018
DUE 012297
POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver
  (Contractual Questions) 912/652-5899.
DESC: Description of Work: Replace switchyard line protection
  relays, potential transformers, current transformers, surge
  arrestors, coupling capacitor potential devices and line carrier
  tuning equipment. Network Analysis System will be required.
  Estimated cost range of project is from $500,000 to $1,000,000.
  Charge for solicitation documents is $25. Make check payable
  to F&A Officer. Solicitation documents will be available December
  23, 1996 (approx.). In order to receive documents in a timely
  manner, requests should be received by December 13, 1996. This
  solicitation is issued on an unrestricted basis pursuant to
  the "Business Opportunity Development Reform Act of 1988" (Public
  Law 100-656). Only written requests for plans and specifications
  will be accepted. State area code, telephone number, street
  address and nine-digit zip code. Plans and specifications are
  available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West
  Oglethorpe Avenue, Savannah, Georgia 31401-3640.
CITE: (I-339 SN008756)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- PENSTOCK FILL SYSTEM MODIFICATIONS - RICHARD B.
  RUSSELL DAM, GA
SOL DACW21-97-B-0017
DUE 012297
POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver
  (Contractual Questions) 912/652-5899.
DESC: Description of Work: Permanent closure of the eight existing
  penstock fill intakes on the upstream face of the dam; disassembly
  of the eight existing fill piping systems; fabrication of a
  header system including valving and powered operators which
  will interconnect all eight penstocks and permit filling any
  penstock from the header system. The work will include underwater
  activities which are expected to require diving services for
  the permanent closure of the upstream intakes. Network Analysis
  System will be required. Estimated cost range of project is
  from $5,000,000 to $1,000,000. Charge for solicitation documents
  is $25. Make check payable to F&A Officer. Solicitation documents
  will be available December 23, 1996 (approx.). In order to
  receive documents in a timely manner, requests should be received
  by December 13, 1996. This solicitation is issued on an unrestricted
  basis pursuant to the "Business Opportunity Development Reform
  Act of 1988" (Public Law 100-656). Only written requests for
  plans and specifications will be accepted. State area code,
  telephone number, street address and nine-digit zip code. Plans
  and specifications are available Monday through Friday, 8:30
  A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia
  31401-3640.
CITE: (I-339 SN008757)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y -- P-904, TACTICAL VEHICLE MAINTENANCE FACILITY 21
  AREA, CAMP PENDLETON, CALIFORNIA
SOL N68711-94-R-1698
DUE 021497
POC Mike Larson/Contract Specialist, (619) 532-3368, Katherine
  G. Luhmann/Contracting Officer, (619) 532-2796.
DESC: Sources sought to design, engineer and construct a Tactical
  Vehicle Maintenance Facility at two sites located in area 21
  at Marine Corps Base, CA. Site 1 titled "Motor Transport/Communication
  Electronics" consists of a 2,314 square meter Motor Transport/Communications
  Electronics Shop and a dispatch shack. Site 2, titled "Storehouse
  Site", consist of a 2,486 square meter storehouse site. 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: (1) Past
  Performance of the Design/Build Team with the following subfactors:
  (1.1) Delivering quality work in a timely manner at a reasonable
  total cost. (1.2) Reputation for effectiveness of management
  and commitment to customer satisfaction. (1.3) Actual similarity
  of experience to this Tactical Vehicle Facility Maintenance
  Project in scope, dollar value, and complexity. Factor (2):
  Design and Construction, with the following subfactors: (2.1)
  Building engineering, material quality and maintenance. (2.2)
  Site design and engineering. (2.3) Exterior elevations. (2.4)
  Consideration given in the design and construction to energy
  performance, life-cycle cost, and recycled materials. Factor
  (3): Experience and qualifications of design/build team (A/E,
  contractor, and subcontractor), with the following subfactors:
  (3.1) The number and quality of projects, with scope, magnitude,
  complexity and cost similar to the requirements in this RFP,
  completed in the last ten years. (3.2) The number of projects,
  with scope similar to that described in this RFP, completed
  by the Prime Contractor with a minimum of change orders. (3.3)
  Experience of the A/E firm in the design of similar projects.
  Factor (4): Scheduling for the project with the following subfactors:
  (4.1) Completeness of schedule and conformance to project schedule
  described in RFP. (4.2) CPM Summary network diagram of the
  project showing the activity dependencies and duration. (4.3)
  Description of critical path activities. Factor (5): Prime
  contractor's subcontracting effort, with the following subfactor:
  (5.1) Past performance, subcontracting performance values.
  Services and/or products to be subcontracted to various businesses.
  A pre-proposal conference will be held on January 21, 1997
  at 1:00 P.M. at the Command Conference room at the Naval Facilities
  Engineering Command, Southwest Division, 1220 Pacific Highway,
  San Diego, CA 92132. Partcipants must reserve seating a minimum
  of two (2) days in advance of the conference date by contacting
  Mike Larson at (619) 532-3368 or Rowena Galendez at (619) 532-1237.
  This is not a public bid opening. The estimated cost is between
  $5,000,000.00 and $10,000,000.00. Firm Fixed Price Design and
  Construction Contract Proposals will be considered from all
  responsible sources. This project is unrestricted. The standard
  industrial code is 1542 and the annual size standard is $17
  million. It is recommended that the subcontracting plan goals
  reflect a minimum goal of 5% for Small Disadvantaged Business
  Subcontracting efforts. Potential bidders should request in
  writing stating RFP number N68711-94-R-1698, with complete
  name, address, area code, and phone number and whether bidding
  as a prime/subcontract/supplier. There will be a charge for
  plans and specs. This amount will be determined before RFP's
  are available. 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, Building 132, San Diego, CA 92132-5187.
  Please fax requests to (619) 532-2083, however, requests will
  not be processed until your check has been received by this
  office. Submit one (1) check per project. Solicitation packages
  are limited to two (2) per prime and one (1) per subcontractor/supplier.
  Drawings produced using CAD software and RFP text using work
  processing software are available via the SWDIV Bulletin Board
  System (BBS) through the use of a modem. Individual drawing
  files are compressed into a single self-extracting DOS based
  .EXE file. Upon downloading, the file should be executed from
  a local hard disk, causing the individual .DWG files to uncompress
  automatically without the need for special software. Note that
  drawings not produced using CAD software are not included and
  some substitutions for fonts and menus may be necessary to
  access the files. Files will be found in a directory P-904
  on the SWDIV Bulletin Board (619) 532-1779 or on the FTP server
  at ftp.efdswest.navfac.navy.mil/d/pub/P-904. Disclaimer: These
  data files are copies of the original document files used to
  prepare the Request for Proposal (RFP) package, the government
  does not guarantee that these data files are free of errors
  or omissions. In the event of any discrepancies between these
  data files and the RFP, the RFP documents control. The user
  agrees that the Government will not be liable to the user for
  any damages arising from the use of these data files and to
  hold the United States, its officers, employees, and agents
  harmless from any damages caused by the user's name or these
  data files. Downloading of these files evidences acceptance
  of this agreement by the user. Issue date of RFP/BBS on or
  about 14 January 1996.
CITE: (I-339 SN008766)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Y -- PROVIDE ALL LABOR, MATERIAL AND EXPERTISE TO CONSTRUCT
  A KIDNEY DIALYSIS UNIT AT THE FEDERAL MEDICAL CENTER FOR FEDERAL
  PRISONERS AT SPRINGFIELD, MO.
SOL IFB 175-6002
DUE 010797
POC Kathy Goldak, Contract Specialist, (913) 682-8700 ext 619.
DESC: Correction to Sources Sought Synopsis: There will be a
  non-refundable charge of $100.00 for the solicitation documents.
  Checks must be made out to Archimages, Inc., 9717 Landmark
  Parkway, Suite 207, St. Louis, MO 63127, Attn: Jim Huber. Requests
  must be in writing, no phone calls accepted. Solicitation packets
  will be available until 10 calendars days before bid opening.
  First come first served copies available to plan rooms at no
  charge. This requirement is not set-aside for small business.
  All responsible/responsive contractors may submit a bid which
  will be considered.
CITE: (I-339 SN008769)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION, VEHICLE MAINTENANCE FACILITY, GREENVILLE,
  SC 29602
SOL 362575-97-A-W186
DUE 010997
POC Sharon Weber, Facilities Contract Specialist, (910) 665-2801.
DESC: The work includes furnishing of all labor, materials, tools,
  supplies equipment, permits, and services necessary for and
  incidental to the construction of a 19,000 SF single story,
  pre-engineered Vehicle Maintenance Facility, per Postal Service
  approved plans and specifications, on a postal-owned site located
  off Dairy Road in Greenville, SC. The estimated cost of the
  project is between $1,800,000 and $1,900,000 with completion
  within 180 calendar days after notice to proceed. Solicitation
  packages are available at $50 per set, NON-REFUNDABLE; reference
  Solicitation 362575-97-A-W186 (ONLY ONE PROJECT PER CHECK).
  All checks/money orders must be made payable to U.S. Postal
  Service. Solicitation packages will be available ON OR ABOUT
  12/09/96.  The proposal due date is tentatively scheduled for
  01/09/97; refer to the solicitation package for the actual
  due date.
CITE: (M-339 SN008841)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--RENOVATION OF EXISTING BUILDING, MAIN POST OFFICE,
  ANDERSON, SC 29621
SOL 362575-97-A-W185
DUE 010997
POC Sharon Weber, Facilities Contract Specialist, (910) 665-2801.
DESC: The work includes furnishing of all labor, materials, equipment,
  tools, permits, and services necessary for and incidental to
  the renovation of 44,000 SF of existing space, per Postal Service
  approved plans and specifications. The facility, formerly a
  K-Mart building, is located at 1900 North Main Street in Anderson,
  SC. The estimated cost of the project is between $2,800,000
  and $2,900,000 with completion within 270 calendar days after
  notice to proceed. Solicitation packages are available at $50
  per set. NON-REFUNDABLE; reference Solicitation No. 362575-97-A-W185
  (ONLY ONE PROJECT PER CHECK). All checks/money orders must
  be made payable to U.S. Postal Service. Solicitation  packages
  will be available on or about 12/09/96. Proposal due is tentatively
  scheduled for 01/09/97; refer to solicitation package for actual
  due date.
CITE: (M-339 SN008842)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED (NO CONTROLLED SITE) IN BEAVER,
  WV
SOL 362575-97-A-T019
POC Esther Tinort, Real Estate Specialist, (910) 665-2810.
DESC: Advertisement to construct and lease a new postal facility
   on an uncontrolled site in Beaver, WV has been cancelled.
CITE: (M-339 SN008851)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, PO Box
  27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED--NO CONTROLLED SITE
SOL 362575-97-A-b026
DUE 011597
POC Patricia Bowden, Real Estate Specialist, (910) 665-2843.
DESC: Advertisement to construct and lease a new postal facility
  on an uncontrolled site in Bandy, VA. Approximate 1,518 square
  foot building to be constructed on a 21,504 square foot site,
  excluding setbacks,  easements, and local/state requirements.
  The preferred area is within the  community of Bandy, VA. Offers
  are due in this office by COB 01/15/97. A NON REFUNDABLE cashier's
  check or money order made payable to Disbursing Officer--USPS,
  in the amount of $35.00 is required for EACH package. Please
  reference the facility name (Bandy, VA). PLAN HOLDER LISTS
  AVAILABLE THROUGH WRITTEN REQUEST ONLY. DELIVERY  OF PLAN HOLDER
  LISTS VIA  FAX WILL NOT BE AVAILABLE.
CITE: (M-339 SN008890)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: National Park Service, New England System Support Office,
  15 State Street, Boston, Massachusetts 02109-3572
SUBJECT: Y--PHASE TWO, HEADQUARTERS MAINTENANCE BUILDING, SHENANDOAH
  NATIONAL PARK, LURAY, VIRGINIA
SOL 1443-IB4520-97-001
DUE 121796
POC For plans and specifications contact Lisa Blair via mail
  at National Park Service, Contracting, 15 State Street, Boston,
  MA 02109-3572 or via facsimile at (617) 223-5208. Technical
  questions will be handled by the Contracting Officer Elyse
  LaForest, telephone (617) 223-5037. NO TELEPHONE REQUESTS FOR
  BID PACKAGES WILL BE ACCEPTED.
DESC: The work of the project consists of the completion of the
  architectural, mechanical and electrical portions of an existing
  framed and roofed structure with foundations, ground floor
  slab, and a portion of the masonry walls in place. This project
  consists of installing metal partition walls; finishing a bathroom;
  drywall construction; interior doors; and all mechanical and
  electrical work. The estimated construction range of this project
  is  $250,000.00 to $500,000.00. This solicitation is issued
  pursuant to P.L. 100-656, Small Business Competitive Demonstration
  Program, and is open to all size firms. NO TELEPHONE REQUESTS
  FOR SOLICITATION PACKAGES WILL BE ACCEPTED.
CITE: (M-339 SN008891)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, P.O. Box 2750, Asheville, NC 28802
SUBJECT: Y--NANTAHALA BICYCLE PATH CONSTRUCTION
SOL IFB SE-97-22
DUE 012197
POC Nancy H. Meadows, (704) 257-4297, FAX (704) 257-4876; Contracting
  Officer, John S. Zgavec, (704) 257-4292.
DESC: Construction of Segments B, C, and D of the Nantahala Bicycle
  Path, Wayah Ranger District, Swain and Macon Counties, North
  Carolina. Project consists of construction of approximately
  1.5 miles of 10&inch; paved bike trail. Estimated price range
  is $250,000.00 to $500,000.00. All responsible parties may
  submit an offer which will be considered. Submit requests for
  solicitation, in writing or by fax, to Nancy H. Meadows at
  the address shown in block 7.
CITE: (M-339 SN008896)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, P.O. Box 2750, Asheville, NC 28802
SUBJECT: Y--CONSTRUCTION OF DUPLEX SEWAGE LIFT STATION
SOL IFB SE-97-26
DUE 012297
POC Nancy H. Meadows, (704) 257-4297, FAX (704) 257-4876; Contracting
  Officer, John S. Zgavec, (704) 257-4292.
DESC: Construction of a duplex sewage lift station at the Schenck
  Job Corps Center, Transylvania County, North Carolina. Project
  includes backup generator in block building, upgrading of existing
  lift station, construction of 2,000 lf of 8" pvc gravity sewer
  main with manholes and repair and/or replacement of the sewer
  collection network at the Center and Davidson River Campground.
  Estimated price range is $250,000.00 to $500,000.00. All responsible
  parties may submit an offer which will be considered. Submit
  requests for solicitation, in writing or by fax, to Nancy H.
  Meadows at the address shown in block 7.
CITE: (M-339 SN008897)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Naval Air Facility, Andrews Air Force Base, 1 San Diego
  Loop, Bldg. 3198, Washington, DC  20396-5500
SUBJECT: Y -- RENOVATE MEN'S HEADS
SOL N62477-97-Q-5030
DUE 011797
POC Jerry Pearo, Contract Specialist, at (301) 981-3867/8/9
DESC: Pre-Solicitation:  This is a Firm Fixed-Price Lump Sum
  Contract for the renovation/remodeling/upgrading of the men's
  heads on the first deck of Bldg. 3148 at the Naval Air Facility,
  Andrews Air Force Base. The work include the removal of the
  plaster ceiling, lighting, toilets, urinals, deep sink, bradley
  basin, toilet partitions, doors/jambs, thresholds, showers,
  and flooring.  Also included is the installation of new gypsum
  board ceiling, toilets, urinals, toilet stalls, urinal screens,
  deep sinks, lighting, exhaust diffusers, mirrors, ceramic floor
  and wall tile, toilet paper holders, paper towel holders, doors/jambs,
  thresholds, permanent showers, and group sinks.  Furthermore,
  the work include the painting of the ceiling, walls, doors/jambs
  and trimming, as well as the cleaning of all sanitary sewer
  drains and exhaust ducts.  The Estimated Cost Range is between
  $50,000.00 and $100,000.00.  This is a proposed one time contract.
   Standard Industrial Code (SIC) is 1542.  The related Small
  Business Size Standard is $17 million.  The proposed contract
  is 100% Small Business set-aside.  Estimated issue date is
  on or before 13 Dec 96.  Quotes are due on or before 17 Jan
  97.  Site visit is scheduled for 06 Jan 97.  Solicitation must
  be requested in writing.  Telephone request will not be honored.
   There is no charge for plans and specification. Only one set
  per firm.  Submit request by fax for receiving plans and specifications
  when they become available on or about 13 Dec 96 to (301) 981-2878
  (FAX), Attn:  Jerry Pearo, or they may be picked up in person
  from the Naval Air Facility, Bldg. 3608, Andrews Air Force
  Base.
CITE: (I-339 SN008924)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Y -- ENLISTED BARRACKS COMPLEX - PHASE I, BARRACKS BUILDING
  & COMPANY OPS, FORT CARSON, COLORADO
SOL DACA45-97-B-0009
DUE 013097
POC Contracting Division at: (402) 221-4266 Plans and specifications
  can be ordered by fax at (402) 221-4530.
DESC: Issue Date: on or about 23 December 1996. Estimated Construction
  Cost: Between $20,000,000 and $30,000,000. Work Description:
  The project will include the following: (Approx. quantities)
  Barracks Buildings (2 Buildings Required): 8906 square meters
  (gross floor area) "Z" shaped building incl: three-story dorm
  wings consisting of 126 room modules (2 private living/sleeping
  rooms, bathroom and common service area) and two-story community
  building area (supports 300 persons with accommodations for
  recreational activities, meeting space, bulk storage, laundry
  facilities, kitchen facilities, a TV lounge, and mail pick-up),
  exterior CMU cavity walls w/ brick veneer, standing seam metal
  roofing (gable and hip roof types for community building area
  and hip roof type for dorm wings), EPDM roofing where the dorm
  wings meet the community building area, roof supported by steel
  roof deck on steel joists and steel beams, concrete foundation
  walls and strip footings, interior materials and finishes incl:
  vinyl composition tile, carpeting, ceramic tile, cast stone
  tile, quarry tile, painted gypsum wallboard, burnished and
  scored CMU, vinyl wall covering, fiber-cement wallboard, and
  GWB and acoustical tile ceilings, Mechanical HVAC incl: forced
  draft, modulating burner type natural gas fired boiler and
  chilled water for air conditioning, wet-pipe fire protection
  sprinkler system, Electrical wiring and lighting, fire detection
  and alarm system. Single, Large Company Operations Building
  [939 square meters (gross floor area)] and Two (2) Medium Company
  Operations Buildings [1595 square meters (gross floor area)
  each]: Two-story buildings incl: first floor (storage areas,
  maintenance space, shower, locker, and toilet rooms, and mechanical
  and electrical rooms), second floor (general and gear storage
  and administrative offices), exterior steel frame structure
  w/ brick veneer, standing seam metal roof (gable with projecting
  dormers) on steel deck supported on steel joists and beams,
  structural steel frame and steel columns, foundations are shallow
  isolated spread footings under frame columns and continuous
  strip footings under perimeter walls, concrete slab-on-grade,
  interior materials and finishes incl: carpeting, ceramic tile,
  quarry tile, painted gypsum wallboard, burnished CMU, and acoustical
  tile ceilings, Mechanical forced draft, modulating burner type
  natural gas fired boilers, unit heaters and air handling units,
  wet-pipe fire protection sprinkler system, Electrical wiring
  and lighting, fire detection and alarm system. Site Work incl:
  Miscellaneous removals, 570 meters sewer lines, 75 meters fire
  water lines, 430 meters water service lines, 12,200 cubic meters
  grading excavation, 8,245 Cubic meters fill (embankment), 2500
  meters storm drain lines, 340 meters subdrain lines, 520 meters
  gas lines, bituminous pavement for parking lots (300 stalls)
  and 845 square meters multipurpose court, landscaping (trees
  and shrubs), sodding, seeding and lawn irrigation systems,
  concrete pavement for Company Operations Building loading areas
  and service drive, Exterior electrical includes: Underground
  primary service, Underground secondary service, five (5) Pad
  Mounted Transformers (2-750 KVA, 2-150 KVA & 1-75 KVA), Pad
  Mounted Sectionalizers, Parking Lot Lighting System, Building
  Lighting System, Walkway Lighting System, and Cathodic Protection
  System. Project Completion and Miscellaneous Requirements:
  Contractor's Quality Control will be a requirement in this
  contract. The Contractor will be required to commence work
  within 10 days after notice to proceed and complete the work
  570 calendar days after receipt of Notice to Proceed. Provisions
  will be included for liquidated damages in case of failure
  to complete the work in the time allowed. Performance and payment
  bonds will be required. Plans and Specifications: The plans
  and specifications are available on Compact Disk (CD-ROM) and
  will be provided free of charge. Plans and Specifications will
  not be provided in a printed hard copy format. Contractors
  may view and/or download this project from the Internet at
  the following Internet address: http://ebs.mro.usace.army.mil/EBS/Contract.htm
  Points of Contact: Questions concerning the following items
  should be made between 8:30 a.m. and 3:30 p.m. Monday thru
  Friday. Telephone No. Bidding Information.(Jim Opitz) 402-221-3173
  Internet Questions (Cindy Siford) 402-221-4824 Small business
  matters (Mr. Hubert J. Carter Jr.) 402-221-4110. Technical
  contents of drawings and specifications (Specifications Section)
  402-221-4547. (Specification Section FAX Number) 402-221-3842.
  This solicitation is unrestricted and open to both large and
  small business participation.
CITE: (I-339 SN008948)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: Y -- CONSTRUCT PESTICIDES FACILITY
SOL DAAA03-97-B-0003
DUE 022897
POC Virginia House, Contract Specialist, (501) 540-4091.
DESC: Furnish all labor, materials, equipment, supplies and transportation
  required to construct a pesticide facility in accordance with
  Pine Bluff Arsenal specification entitled "Specifications for
  Construction of a Pesticides Facility" dated August 26, 1996.
  One (1) job. Solicitation issue date on or after 24 December
  1996, bid opening date on or after 24 January 1997. The magnitude
  of this project is between $250,000.00 and $500,000.00 Performance
  period for completion is 270 days after contract award but
  not later than 1 October 1997. Location of work is Pine Bluff
  Arsenal, Pine Bluff, AR 71602-9500. Interested sources may
  submit a request for solicitation documents via fax to 501/540-4090,
  answering machine 501/540-4095 or written request to the above
  address. This acquisition will be conducted under the small
  business competitiveness demonstration program. All responsible
  sources may submit a bid which shall be considered by the agency.
CITE: (I-339 SN008949)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: Y -- CONTRUCT PESTICIDE FACILITY
SOL DAAA03-97-B-0003
DUE 022897
POC Virginia House, Contract Specialist, (501) 540-4091.
DESC: THIS IS A PRE-SOLICITATION NOTICE: Furnish all labor, materials,
  equipment, supplies and transportation required to construct
  a pesticide facility in accordance with Pine Bluff Arsenal
  specification entitled "Specifications for Construction of
  a Pesticides Facility" dated August 26, 1996. One (1) job.
  The magnitude of this project is between $250,000.00 and $500,000.00.
  Performance Period for completion is 270 days after contract
  award but not later than 1 October 1997. Location of work is
  Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Interested sources
  may submit a request for solicitation documents via fax to
  501/540-4090, answering machine 501/540-4095 or written request
  to the above address. This acquisition will be conducted under
  the small business competitiveness demonstration program. All
  responsible sourceses may submit a bid which shall be considered
  by the agency. Firms that express an interest in this requirement
  and decline to submit a bid should advise whether they want
  to receive future pre-solicitation notices.
CITE: (I-339 SN008950)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, Sandiego, CA 92152-5113
SUBJECT: Z--CONSTRUCT PARKING LOT EAST OF BLDG A33 (C37-95),
  NAVAL COMMAND, CONTROL AND OCEAN  SURVEILLANCE CENTER RDTE
  DIVISION, SAN DIEGO, CA  
SOL N68711-96-B-4212
DUE 012297
POC Ms. Pat Hickok, Contracting Officer, (619)553-3854, for technical/contractual
  questions, and Mr. J.C. Norris, Bid Clerk for plans and specifications,
  (619)553-4331, FAX (619)553-6976.
DESC: The work includes providing all labor, approved materials
  and equipment required for clearing and grubbing, demolition
  and removal of existing concrete curbs, sawcutting, backfilling
  of existing underground water tank, grading and compaction,
  placement of asphaltic concrete pavement over class 2 base,
  construction of new concrete curbs, and swales, striping, replacement
  of existing chain link fence and swing gate, installation of
  exterior street light, relocation of existing water line, and
  installation of new fire hydrant and irrigation lines, electrical
  conduit, utility trenching, and miscellaneous incidental related
  work, complete and ready for use.--Estimated cost range is
  between $100,000.00 and $250,000.00.--Firm Fixed Price Contract--Estimated
  start date is 5 February 1997 with 90 days to complete the
  work.--This proposed contract will be unrestricted.--SIC Code
  is 1611--Potential bidders should request plans and specifications
  in writing or pick up stating IFB Number N68711-96-B-4212 and
  complete name, address, area code, phone number and whether
  bidding as prime contractor/ subcontractor/supplier.--Telephone
  requests will not be accepted.--Mail requests to Naval Command,
  Control and Ocean Surveillance Center RDTE Division, Bid Office
  Code D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113
  or FAX to (619) 553-6976.--Incomplete requests will be returned
  to sender.--Bids will be considered from all responsible sources.--NOTE:
  Plans and specifications will not be mailed to firms within
  a 25 mile radius of the issuing office.--Plans and specifications
  will be available until supply is exhausted on a first come,
  first served basis.--Bid opening date is 22 January 1997.--No
  deposit required.   
CITE: (W-338 SN008532)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Kansas Property Mgmt. Ctr., 6PMC-K, Frank Carlson
  Federal Buil ding and U.S. Courthouse, 444 SE Quincy, Rm. 100,
  Topeka, KS  66683-3566
SUBJECT: Z--IWS/LAN SITE PREP
SOL RFP 6PMC-K-10
DUE 012197
POC Contact,Larry D. Pierce,913/295-2500
DESC: Pre-Solicitation Notice for IWS/LAN Site Prep at the Social
  Security Administration, 1201 Van Buren, Topeka, KS.  Project
  Description:  Furnish all labor, material and equipment to
  perform installation of National IWS/LAN Site Prep.  To order
  plans and specifications for this project, call Larry D. Pierce
  at 913-295-2500.  See Note 1.
CITE: (I-339 SN008681)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, 125 South State Street,
  Room 2205, Salt Lake City, Utah 84138-1199. Attn: Billie
SUBJECT: Z--STRIP AND REFINISH FLOOR
SOL GS08P97VEC0017
DUE 013097
POC Nancy Pawlowski, Contracting Officer (801) 524-5260.
DESC: Provide all supervision, labor, materials and equipment
  to perform the work as specified. This project is to strip
  and refinish approximately 2775 SF of floor in a generator
  room. Work will be performed at the Internal Revenue Service
  Center, Ogden, Utah. The estimated cost range is between 0
  and $100,000.00. Solicitation packages will be available on
  or about December 23, 1996. All requests for solicitation packages
  must be submitted in writing to the above address or you may
  FAX your request to (801) 524-6067. Please include your name,
  address, and phone number.
CITE: (M-339 SN008692)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-G, Bldg 9, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: Z -- CALS TECHNICAL MANUAL SGML TAGGING AND INTERACTIVE
  ELECTRONIC TECHNICAL MANUAL SUPPORT
SOL DAAE30-97-Q-1062
DUE 121696
POC Cathy Kallistros, e-mail=ckallis, 201-724-3071; Contracting
  Officer, John H. Beeman.
DESC: CALS Technical Manual SGML Tagging and Interactive Electronic
  Technical Manual Support. This is a Sole Source requirement
  to I.D. Enterprises. Reference Note 22. Information regarding
  this action can be accessed at http://procnet.pica.army.mil.
CITE: (I-339 SN008721)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 55 Contracting Squadron, 106 Peacekeeper Dr STE 2N3,
  Offutt AFB, NE 68113-4009
SUBJECT: Z -- REPAIR AND UPGRADE MILITARY FAMILY HOUSING, 2ND
  INCREMENT
SOL F2560097B0004
DUE 012897
POC Shirley E. Twitchell, Contract Specialist, (402) 294-6156
DESC: This project consists of whole house/neighborhood improvement
  for a portion of the 2nd increment in the Capehart Housing
  area, Offutt AFB NE to repair and upgrade single family and
  duplex family housing units. Work includes, but is not limited
  to, major interior remodeling/renovation of the kitchens,baths,
  living areas and bedrooms of 88 units; demolition of 8 units;
  replacement of the electrical and plumbing systems; related
  site and utility work. The performance period for this project
  is 18 months. This action is being considered for full and
  open competition. Sic code: 1522. The SBA size standard of
  $17.0 million is a three-year average annual gross revenue.
  Replies to this office are requested from all interested business
  concerns as well as from SDB concerns. Magnitude is between
  $5,000,000 and $10,000,000. Issue date will be on or about
  27 Dec 96. Bid opening date will be on or about 28 Jan 97 subject
  to availability of funds. Only written requests for packages
  will be honored. (*Note: Copies of this solicitation package
  will be forwarded to prospective bidder previously responding
  to prior announcement F2560096B0118 for this requirement).
  FAX number (402)294-0430 or 9603. Collect calls cannot be accepted.
  Please provide phone number, fax number, socioeconomic status
  (i.e. emerging small business, SDB, etc), and a nine digit
  zip code with your request.
CITE: (I-339 SN008732)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB
  NV 89191-7063
SUBJECT: Z -- RECONFIGURE THE INBOUND AND OUTBOUND TRAFFIC LANES
  AT THE IST AND NELLIS BLVD VEHICLE ACCESS GATE, NELLIS AFB,
  NV.
SOL F26600-97-B-C-102
DUE 020397
POC Mrs J. Buky, Contracting Officer, (702)-652-2531.
DESC: Work consists of providing all labor, supplies, materials,
  supervision, transportation, equipment, and all else neccessary
  to reconfigure the inbound and outbound traffic lanes at the
  I St and Nellis Blvd. Base vehicle access gate, Nellis AFB,
  NV. Work includes, but is not limited to, pavement demolition,
  construction of new curbs, asphalt and Portland cement pavement,
  box culvert sections, masonry fencing and striping. The estimated
  dollar value of this project is between $250,000 and $500,000.
  The applicable SIC for this acquisition is 1611 with three
  year average annual small business size standard of $17 million.
  An evaluation factor may be given to small disadvantaged business
  (SDB) firms to determine the low bidder. The proposed contract
  listed herein is unrestricted and open to all firms, including
  small and SDB concerns. A nonrefundable check in the amount
  of $8.00, made out to the "Defense Accounting Office", must
  be provided for each solicitation requested. Availability of
  the solicitation is limited and will be issued on a first come,
  first served basis to the extent available. Telephone requests
  will not be honored. Only written requests accompanied with
  an acceptable check or money order, received directly from
  the requester on company letterhead, will be accepted. Requesters
  must cite (1) the company name, (2) point of contact, (3) phone
  and FAX numbers (4) street address with 9-digit zip code, (5)
  their size status, and (6) whether they intend to bid as the
  prime, a subcontractor, or a supplier.
CITE: (I-339 SN008740)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of HUD, New York ASC, Baltimore Contracting
  Staff (3BAC), 10 South Howard Street, Fifth Floor, Baltimore,
  MD 21201-
SUBJECT: Z -- DEMOLITION - EDMONDSON GARDENS
SOL H03B97080000000
DUE 020497
POC Darlene Austin, Contracting Officer, 410 962-2520 ext 3142.
DESC: The Contractor shall furnish all labor, materials, equipment,
  tools, implements, tackles and machinery required to do and
  complete the work in accordance with the drawings and specifications.
  Specifications will be included in the IFB. Drawings must be
  ordered from the Contracting Officer. For bonding purposes,
  this project is estimated between $100,000 and $250,000. The
  Invitation for Bid will be available on or about January 2,
  1997. This is an unrestricted purchase; all interested parties
  may submit written requests only to the above address; no telephone
  requests will be accepted. A fax letter will be accepted at
  (410) 962-0669.
CITE: (I-339 SN008753)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Property Management Contracts Branch (5PMC-M),
  JCK Federal Building, 230 S. Dearborn Street, Room 3330, Chicago,
  IL 60604-1696
SUBJECT: Z--FLINT, MICHIGAN, FEDERAL BUILDING AND U.S. COURTHOUSE,
  ``PARKING & TUCKPOINTING'', RM193023
SOL GS05P97GAC0023
DUE 020497
POC Questions may be directed to Maritza Cruz, Contract Specialist,
  (312) 886-6923.
DESC: Scope of work consists of but is not strictly limited to
  the following: Parking lot: removal of existing asphalt paving,
  grading and restriping (including ceramic tile replacement).
  Building exterior: extension of loading dock, fascia and gutter
  replacement, masonry/concrete repair, replacement of edge guard.
  Cleaning, patching, pointing, resetting and repair of facade
  stone. Reconstruction/repair of main entrance terrace. Construction
  at areaway: repointing, refurbish grates and stone caps. The
  completion time for this project is One Hundred Fifty (150)
  calendar days from receipt of notice to proceed. Estimated
  cost range is between $250,000 and $500,000.  Specifications
  will be available on or about January 2, 1997.  Offers are
  due February 4, 1997 at 4:00 p.m. (Chicago time). This project
  is open to all business concerns in accordance with the Small
  Business Competitive Demonstration Program. Therefore, responses
  from both small and large business concerns will be considered
  and evaluated for selection. The Standard Industrial Classification
  Code is 1741 and the Small Business Size Standard for this
  project is $7.0 million. Funds are currently not available.
  To obtain plans and specifications, contact Ms. Maritza Cruz
  at (312) 886-6923, or write to GSA, Property Management Contracts
  Branch (5PMC-M), 230 S. Dearborn Street,  Room 3324, Chicago,
  Illinois 60604-1696. When calling, be prepared to state name,
  address and solicitation number. Bid specifications may be
  requested via E-mail from PBSCHGO@GSA.GOV. Include the solicitation
  number and Attn.: Maritza Cruz in the subject line.
CITE: (M-339 SN008827)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of State, A/FBO/AP/AD, Room L-600, P.O.
  Box 12248, Arlington, VA 22219
SUBJECT: Z--PRE-QUALIFICATION FOR RENOVATION OF THE EXISTING
  CHANCERY BUILDING IN BRATISLAVA, SLOVAKIA
SOL S/-/FBOAD-97-R-0 21
POC Carroll Martin, (703) 875-6288/Dwight F. Mason, Contracting
  Officer, (703) 516-1962.
DESC: The U.S. Department of State, Office of Foreign Buildings
  Operations (FBO) is seeking to pre-qualify general contractor
  offerors for the renovation of the existing Chancery Building
  (OBC) in Bratislava, Slovakia. This acquisition will be limited
  to eligible 8(a) concerns in accordance with the SBA Section
  8(a) competitive acquisition program. All 8(a) firms interested
  in pre-qualifying for this procurement should note that the
  Federal Acquisition Regulation (FAR) prescribes limits on subcontracting
  by 8(a) firms on set-aside procurement. For general construction,
  SIC code 1542, the 8(a) firm must perform at least 15% of the
  cost of the contract, not including the cost of  materials,
  with its own employees. In addition, the SBA imposes certain
  restrictions on the type of joint venturing an 8(a) firm may
  do on a set-aside procurement. Recommend that if your firm
  contemplates joint venturing with another firm(s) you should
  contact the Office of Minority Enterprise Development in the
  SBA district closest to you for guidance/restrictions. The
  entire five-story building plus basement will be renovated.
  The entire existing operation in the building will be relocated
  to the adjacent Annex building during the renovation. The main
  entrance to the building has been  recently renovated and is
  not part of this project. The main entrance also serves as
  the entrance to the Annex. This main entrance and guard booth
  are the only areas that will remain in operation during the
  renovation. The total area is 1,630 gross square meters. Some
  of the project specifics include: ARCHITECTURAL--new office
  walls for all floors, new security windows on ground floor,
  PLUMBING--new plumbing for all floors; ELECTRICAL--new lighting,
  outlets and distribution system for all floors; STRUCTURAL-rebuilding
  floors on first, second, third, and fourth floors. The performance
  period is expected to be 18 months. The estimated value of
  construction ranges from $3.5 to $4.5  million dollars. It
  is anticipated that 10 per cent of the work can be done with
  local labor and 90 per cent of the work with cleared American
  labor only. Slovakia has a developing infrastructure. The Contractor
  should anticipate difficulties in procuring materials, importing
  materials, finding local skilled labor and obtaining permits.
  The U.S. Government will obtain the initial building permit
  only. Due to its relatively small size, the Embassy can provide
  little support and the contractor will have to operate virtually
  on its own. Prospective offerors must meet the following prequalification
  criteria and provide details of their qualifications in writing
  in order to  receive the solicitation: (A) provide data assuring
  financial capability of performing the work; (B) show completion
  of similar construction/renovation projects between $3.5 and
  $4.5 million; (C) show successful completion of similar or
  larger size projects outside the United States; (D) show completion
  of equivalent construction/renovation projects where the facility
  was partially operational during construction; and (E) satisfactory
  performance on a similar U.S. Government contract, if any.
  Although previous performance of a similar U.S. Government
  contract is not a requirement, if such contracts have been
  performed, the contractor must have  satisfactorily performed
  said contracts. To receive an RFP, pre-qualified offerors,
  including all entities which comprise a joint venture, must
  possess a Department of Defense Secret facility security clearance
  issued in accordance with the National Industrial Security
  Program Operating Manual (NISPOM), DOD 5220.22M, with Secret
  safeguarding capability to receive this RFP. Contractor personnel
  accessing the classified portions of the RFP or accessing classified
  information or areas during the site visit must possess Secret
  personnel security clearances issued by the Defense Industrial
  Security Office. The Department of State will sponsor uncleared,
  pre-qualified offerors for a facility security clearance. A
  period of 120 calendar days will be  allowed for firms to obtain
  the facility and personnel security clearances. Failure of
  the firm to obtain a Secret facility clearance within 120 days
  may be grounds for disqualification. Interested applicants
  must request, by mail or facsimile from Mr. Carroll Martin,
  a pre-qualification application, Form DS 1037, within 15 days
  of publication of the announcement at the following postal
  address: U.S. Department of State, Office of Foreign Building
  Operations, P.O. Box 12248, Arlington, VA 22219 or by facsimile
  (703) 875-6292. Completed applications must be returned by
  3:00 p.m. Eastern Standard Time January 10, 1997.
CITE: (M-339 SN008829)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division,
  Naval Surface Warfare Center, Crane, IN 47522-5082
SUBJECT: Z--ROOF REPAIR AT BUILDING 2521 AT THE CRANE DIVISION,
  NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082
SOL N68950-97-Q-3659
DUE 121296
POC For Plans and Specs call: Kathy Wallace, (812) 854-5341.
DESC: RFQ #N68950-97-Q-3659, will be available approximately
  02 Dec 96. This is being procured under the Simplified Acquisition
  Procedures. Information regarding ordering plans and specifications
  is provided at the end of announcement. This work includes
  provisions of necessary labor, supplies, materials, equipment,
  and supervision to repair the existing EPDM roof at Building
  2521 by installing a stretch relief seam, repair curb and vent
  flashing, repair the roof edge nailer and gravel stops and
  associated miscellaneous repairs at the Crane Division, Naval
  Surface Warfare Center, Crane, IN. The Standard Industrial
  Code (SIC) for this project is 1761. The related Small Business
  size standard is 7.0 million. Completion time is 100  days
  after award. Estimated value is under $50,000.00. The proposed
  contract listed here is 100% set-aside for Small Business (SB)
  concerns. A Payment Bond will be required for this solicitation.
  Small Business concerns should notify this office ASAP by phone
  or fax, include RFQ# N68950-97-Q-3659, Roof Repair at Building
  2521, your complete company name, address, area code, phone
  number, point of contact and state whether you are a prime
  contractor, subcontractor with trade classified or a supplier.
  POC for technical inquiries call Debbie Dills, (812) 854-3234.
  To request solicitation package call Kathy Wallace, (812) 854-5341
  or fax request to phone number (812) 854-3800. There is no
  charge for plans and specifications. Only one set per company.
CITE: (M-339 SN008833)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Philadelphia Housing Authority, 2012 Chestnut St., Philadelphia,
  PA 19103
SUBJECT: Z--INVITATION FOR BID (FOUR PART BIDDING, SOLICITATIONS
  9338, 9341, 9342 AND 9343), JOB ORDER CONTRACTING (JOC) FOR
  THE PHILADELPHIA HOUSING AUTHORITY
SOL 9338
DUE 123196
POC James Herrmann, Contracting Officer, via facsimile (215)
  684-4092.
DESC: The Philadelphia Housing Authority (PHA) will receive sealed
  bids, in duplicate, for the following Job Order Contracts:
  (Contract Type/Number, Date, Time) General Construction #9338,
  December 31, 1996, 11:00 AM; Electrical #9341, December 31,
  1996, 11:00 AM; HVAC/Mechanical #9342, December 31, 1996, 11:00
  AM; Plumbing #9343, December 31, 1996, 11:00 AM. Each bid is
  due no later than the time designated above at the office of
  the Contracting Officer, 2012 Chestnut Street, Philadelphia,
  Pennsylvania 19103 at which time and place, all bids will be
  publicly opened and read aloud. This invitation for bids is
  for the award of a Job Order Contract (hereinafter called JOC).
  A JOC is a competitive bid, firm fixed price indefinite quantity
  contract. The scope  of work includes a collection of detailed
  repair and construction tasks and specifications that have
  established unit prices. It is placed with a Contractor for
  the accomplishment of repair, alteration, modernization, maintenance,
  rehabilitation and construction of infrastructure, buildings,
  structures, or other real property. Work is accomplished by
  a means of issuance of a purchase order against the contract,
  based upon the result of the tabulations as covered by applicable
  laws and regulations. Under the JOC concept, the Contractor
  furnishes all management, documentation, labor, materials and
  equipment needed to perform the work. Each JOC contract awarded
  under this solicitation will have a minimum guarantee of $50,000.00
  and  maximum/minimum values of all awards in each category
  shall be as follows: (Type, Maximum Value, Minimum Value) General
  Construction, $24,000,000.00, $8,000,000.00; Electrical, $5,000,000.00,
  $5,000,000.00; Plumbing, $4,000,000.00, $2,000,000.00; Mechanical/HVAC,
  $2,000,000.00, $2,000,000.00. The term of each contract will
  be for twelve (12) months and will include options for four
  (4) additional periods, the total of which cannot exceed five
  (5) years. Such additional periods shall be subject to prior
  HUD approval. PHA reserves the right to make multiple contract
  awards under this solicitation. Each bidder must submit two
  price adjustment factors to be applied to the established unit
  prices. These same adjustment factors must apply to all the
   work tasks listed in the contract documents. The first adjustment
  factor will be applied to that work anticipated to be accomplished
  during normal business hours. The second adjustment factor
  will be applied to that work anticipated to be accomplished
  on an overtime basis. For bid evaluation purposes, it is estimated
  that 5% of the work accomplished under this contract will be
  on an overtime basis. Copies of all specifications will be
  available commencing December 3, 1996 with pick up hours from
  9:00 AM to 1:00 PM at the Contracts Division, 4th Floor, 2012
  Chestnut Street, Philadelphia, PA 19103. A copy of the bidding
  documents may only be obtained from the office of the Contract
  Officer and upon payment of a non-refundable fee of one hundred
  and twenty  five dollars ($125.00). Acceptable forms of payment
  for the documents are Money Order, Cashier's Check or Certified
  Check. The Philadelphia Housing Authority reserves the right
  to reject the bid of any Contractor who fails to register and
  to pay the amount designated for a set of contract documents.
  Bidding documents will also be available at the mandatory pre-bid
  conference. Inquiries regarding the purchase of contract documents
  may be made by calling James Herrmann at (215) 684-4025 or
  fax at (215) 684-4092. As a condition of bidding, prospective
  bidders must attend a mandatory pre-bid conference. The pre-bid
  conference will be held at 10:00 AM, Tuesday, December 10,
  1996. The conference will be divided into two sessions. The
  first session will focus on  explanation of the JOC system
  of procurement. The second session will focus on answering
  questions and discussing JOC from a Contractor's viewpoint.
  The conference will held at the Philadelphia Housing Authority,
  801 Arch Street, 5th floor, Philadelphia, PA 19103. A certified
  check or bank draft payable to the Philadelphia Housing Authority,
  U.S. Government Bonds, or a bid bond in the amount of $25,000
  secured by an acceptable surety company is required to be submitted
  by each offeror along with its bid. The successful bidder will
  be required to furnish a satisfactory performance and payment
  bond in the amount of 100% of the contract maximum value for
  the duration of the contract. No bid shall be withdrawn for
  a period of 180 days subsequent to the opening of bids  without
  the consent of PHA. Attention is called to the fact that not
  less than the minimum salaries and wages as set forth in the
  Contract Documents must be paid on this project; and that the
  contract must ensure that employees and applicants for employment
  are not discriminated against because of their face, color,
  religion, sex or national origin. Your response should recognize
  and anticipate a minimum goal of 35% participation by Disadvantaged
  Business Enterprises (DBE), 15% participation by Women Business
  Enterprises (WBE) and 5% Resident participation in all contracting
  and subcontracting endeavors. The Philadelphia Housing Authority
  reserves the right to reject any or all bids or to waive any
  informality in bids, and unless otherwise specified by the
   Authority, to accept any item in the bid. Award will be made
  to the lowest responsible bidder conforming to the requirements
  of this invitation as determined by and in the best interest
  of Philadelphia Housing Authority. Contractors will be limited
  to a maximum of two contracts, with no more than one in any
  given discipline. NOTE: Contract award(s) can only be made
  to pre-qualified contractors or offerors. Although not a condition
  of bidding, it is strongly advised that a pre-qualification
  package be obtained, completed, and returned to the Pre-Qualification
  Division prior to submission of a bid or proposal. Applications
  may be obtained from the Pre-Qualification Unit, 4325 Merrick
  Road, Philadelphia, PA 19129, Telephone (215) 684-5700. NOTE:
  This is  not a set-aside, however, Small, Minority, Women-Owned,
  and Disadvantaged Businesses are encouraged to bid.
CITE: (M-339 SN008834)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division,
  Naval Surface Warfare Center, Crane, IN 47522-5082
SUBJECT: Z--HIGHWAY SIGN MAINTENANCE AT THE CRANE DIVISION, NAVAL
  SURFACE WARFARE CENTER, CRANE, IN 47522-5082
SOL N68950-96-Q-3191
DUE 121396
POC For Plans and Specs call: Kathy Wallace, (812) 854-5341.
DESC: RFQ #N68950-96-Q-3191, will be available approximately
  03 Dec 96. This is being procured under the Simplified Acquisition
  Procedures. Information regarding ordering plans and specifications
  is provided at the end of announcement. This work includes
  provisions of necessary labor, supplies, materials, equipment,
  and supervision for the maintenance, repair and replacement
  of highway signs and related work. The work includes the reporting
  of deficiencies at the Crane Division, Naval Surface Warfare
  Center, Crane, IN. The Standard Industrial Code (SIC) for this
  project is 1611. The related Small Business size standard is
  17.0 million. Completion time is 365 days after award. Estimated
  value is under $100,000.00. The proposed contract  listed here
  is 100% set-aside for Small Business (SB) concerns. A Payment
  Bond will be required for this solicitation. Small Business
  concerns should notify this office ASAP by phone or FAX, include
  RFQ# N68950-97-Q-3191, Highway Sign Maintenance, your complete
  company name, address, area code, phone number, point of contact
  and state whether you are a prime contractor, subcontractor
  with trade classified or a supplier. POC for technical inquiries
  call Carrie McDonald, (812) 854-6641. To request solicitation
  package call Kathy Wallace, (812) 854-5341 or FAX request to
  phone number (812) 854-3800. There is no charge for plans and
  specifications. Only one set per company.
CITE: (M-339 SN008849)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Immigration and Naturalization Service, Administrative
  Center, Attn: ACLCAP-Contracts, P.O. Box 30080, Laguna Niguel,
  CA 92607-0080
SUBJECT: Z--REPAIR AND WATER PROOFING OF UPPER RECREATION DECK
SOL ACL-7-B-0005
POC Mary Johann, (714) 360-3180, Contracting Officer, H. John
  Wolfslau IV, (714) 360-3180.
DESC: This procurement is being changed to a single source negotiated
  procurement due to an urgent requirement.
CITE: (M-339 SN008853)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis
  Hwy., Arlington, VA 22241-5362
SUBJECT: Z--FACILITY CAPITAL MAINTENANCE IN SUPPORT OF THE TRIDENT
  II (D5) MISSILE PROGRAM
POC Barry A. Rothenberg, (703) 607-0822.
DESC: This procurement will provide capital maintenance of facilities
  at the Naval Industrial Reserve Ordnance Plant (NIROP) Sunnyvale
  and the Santa Cruz Test Annex, Santa Cruz, CA in support of
  the TRIDENT II (D5) Missile Program. Negotiations will be conducted
  with Lockheed Martin Missile and Space, Sunnyvale, CA 94088-3504,
  the contractor having custody of the property and use of the
  facilities on which the work is to be performed. Interested
  parties should contact Lockheed Martin at the above address.
  See Note 22. SECURITY CLEARANCE REQUIRED.
CITE: (M-339 SN008855)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami,
  15608 SW., 117th Avenue, Miami, FL 33177-1630
SUBJECT: Z--REMOVE & REPLACE ROOF, REPAIR WOOD TRUSSES, REPLACE
  AIR HANDLERS, AND REPLACE WELL PUMP AT U.S. COAST GUARD STATION
  DESTIN, FL
SOL DTCG82-97-B-3WCA04
POC Elizabeth Phillips, (305) 278-6723.
DESC: The work covered under this project consists of furnishing
  all labor, equipment and material, necessary to remove and
  replace roofing, roof sheathing, and repair damaged wood trusses
  as specified. Work also includes removal and replacement of
  deep well pump; removal and replacement of air handling unit,
  and hood supply fan; removal of attic fan coil units and ductwork;
  provision of air handling unit and ductwork along with reconnection
  of water piping and electrical accessories and reinstalling
  affected piping. During the replacement of the deep well pump
  the contractor shall provide the station with 1500 gallons
  of potable water a day at 45 psi connected into  existing chlorination
  and filtration system. In addition, the contractor shall provide
  temporary air conditioning to those areas without air condition.
  The estimated price range is between $250,000.00 and $500,000.00.
  Bid guarantee, payment and performance bonds are required.
  This solicitation is being issued pursuant to the Small Business
  Competitiveness Demonstration Program and is open to large
  and small business participation.  All responsible sources
  may submit a bid, which will be considered by this agency.
  No telephone requests; only written requests received directly
  from the requester will be accepted;  however, FAX requests
  may be sent to (305) 278-6704.
CITE: (M-339 SN008892)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 341 Contracting Squadron, 7015 Goddard Drive, Malmstrom
  AFB, MT 59402-6863
SUBJECT: Z--REPLACE INTERIOR TRAFFIC DOORS, BASE COMMISSARY,
  BUILDING 1320
SOL F24604 97 B0005
DUE 011697
POC Warren E. Hart, Contract Administrator, (406) 731-4001/Russell
  A. Bryan, Contracting Officer, (406) 731-4008.
DESC: The work to be performed will include all labor, materials,
  equipment, and incidentals necessary to remove existing damaged
  interior traffic doors and install new traffic doors in the
  Base Commissary, Building 1320 at Malmstrom AFB, Montana. The
  performance period is 90 calendar days after issuance of the
  Notice to Proceed. Invitation for Bid will be issued on or
  about 16 Dec 1996. Bid opening will be on or about 16 Jan 97.
  The acquisition is open competition for large and small business
  in accordance with the Small Business Competitive Demonstration
  Program. Only written request for the solicitation will be
  considered. All responsible sources may submit an offer  which
  will be considered by the agency. The magnitude of this project
  is between $25,000.00 and $100,000.00. Standard Industrial
  Code is 1542.
CITE: (M-339 SN008894)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA Ames Research Center, Acquisition Division, Mail
  Stop 213-13, Moffett Field, CA 94035-1000
SUBJECT: Z--N220 REPAIR BUILDING SYSTEMS
SOL RFO2-36590(RLG)
DUE 012897
POC Contact Point: Chris Wolfe, (415)604-1442, Fax: (415)604-4984;
  Contracting Officer: Robert Guerrero, (415)604-4864, Fax: (415)604-
  4984
DESC: This project is to repair Bldg. N220 heating, ventilating,
  and air conditioning (HVAC) system. The demolition work includes
  removal of unit heaters, steam boiler, chiller located on the
  roof of the building, and associated piping. The new work consists
  of the replacement of all air handler equipment and the installa
  tion of new ductwork. The installation of a new 211 KW chiller,
  588 KW hot water boiler, unit heaters, chilled and hot water
  piping, pipe insulation, accessories, Facilities Management
  Control Systems (FMCS) alterations, electrical services, system
  balancing and testing, and roof patching is also included in
  the project. The project is located at NASA-Ames Research Center,
  Moffett Field, CA.  The magnitude of construction is between
  $500,000 and $1,000,000. The period of performance is 273 calendar
  days. There will be a non-refundable charge of $45.00 for each
  set of plans and specifications. Make check payable to DMJM,
  Inc. and mail to Attn: Chris Wolfe, M/S 213-13, Ames Research
  Center, Moffett Field, CA  94035-1000. The expected issue date
  for solicitation RFO2-36590(RLG) is 12/24/96. The expected
  return date for a proposal is 1/28/97. All responsible sources
  may submit an offer which will be considered by the Agency.
  All requests for copies of solicitation RFO2-36590(RLG) should
  be in writing and directed to Chris Wolfe. Verbal requests
  will not be accepted. Facsimile requests will be accepted at
  (415) 604- 4984. This procurement is being conducted under
  the NASA Midrange Pilot Test Program approved by the Office
  of Federal Procurement Policy on August 22,1994. NASA-Ames
  Research Center has an active Home Page. It is available at
  the following URL:http://Procure.arc. nasa.gov/Acq/Acq.html
  via a worldwide web browser such as Mosaic, Netscape, or similar
  application. The Home Page contains our synopses, subsequent
  solicitations, information on the NASA acquisitions, and related
  helpful information.
CITE: (I-339 SN008902)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division,
  Naval Surface Warfare Center, Crane, IN 47522-5082
SUBJECT: Z--ASPHALT MAINTENANCE & REPAIRS CENTERWIDE AT THE CRANE
  DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082
SOL N68950-97-B-3661
DUE 012297
POC For Plans and Specs call: Kathy Wallace, (812) 854-5341.
DESC: This is a requirements contract to provide the necessary
  labor, supplies, materials, equipment, transportation, and
  supervision for the maintenance & repair of the Center's asphalt
  pavement roads & parking areas. Asphalt repair or maintenance
  that is considered part of the scope of a building area, or
  roadway construction or repair project (such as a culvert replacement)
  may not necessarily be a part of this requirements contract.
  The supplies or services that are described in this solicitation
  are asphalt maintenance and repairs which include aspects of
  asphalt maintenance that range from patching of potholes to
  repairing lengths or sections of lengths by overlaying with
  a course or courses of asphalt at the Crane Division, Naval
   Surface Warfare Center, Crane, IN. The Standard Industrial
  Code (SIC) for this project is 1611. The related Small Business
  size standard is 17.0 Million. Completion time is 240 days
  after award. The proposed contract listed here is Unrestricted.
  POC for technical inquiries, call Carrie McDonald, (812) 854-6641.
  To request solicitation package, call Kathy Wallace, (812)
  854-5341 or FAX request to phone number (812) 854-3800. There
  is no charge for plans and specification. Only one set per
  company.
CITE: (M-339 SN008910)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division,
  Naval Surface Warfare Center, Crane, IN 47522-5082
SUBJECT: Z--RAILROAD MAINTENANCE & REPAIR AT THE CRANE DIVISION,
  NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082
SOL N68950-96-B-3307
DUE 012297
POC For Plans and Specs call: Kathy Wallace, (812) 854-5341.
DESC: This is a requirements contract to provide the necessary
  labor, supplies, materials, equipment, transportation, and
  supervision necessary to perform maintenance, repair & preventative
  maintenance of railroad trackage. This contract is for maintenance
  and repair of trackage on the existing grade. Trackwork requiring
  construction of a new grade is not a part of this contract.
  Railroad repair or maintenance work that may not have commenced,
  or is in process, as a result of an awarded contract or delivery
  order will not be a part of this contract's requirements at
  the Crane Division, Naval Surface Warfare Center, Crane, IN.
  The Standard Industrial Code (SIC) for this project is 1629.
  The related Small Business size standard  is 17.0 Million.
  Completion time is 365 days after award. The proposed contract
  listed here is Unrestricted. POC for technical inquiries, call
  Carrie McDonald, (812) 854-6641. To request solicitation package,
  call Kathy Wallace, (812) 854-5341 or FAX request to phone
  number (812) 854-3800. There is no charge for plans and specification.
  Only one set per company.
CITE: (M-339 SN008911)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL
SOL F08651-97-B-0036
DUE 020397
POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer 
DESC: Eglin AFB FL has a requirement to provide all labor, equipment
  and material required to upgrade areas in Building 11 to provide
  secure rooms.  The work includes removal of existing walls
  ceilings, doors and finishes, construction of new sound insulated
  walls, installation of new sound rated doors and frames and
  application of new finishes.  The work also includes associated
  air conditioning, heating and ventilation, electrical, fire
  alarms and security systems. Project construction time is 90
  calendar days.  Estimated dollar range is between $100,000
  and $250,000.  All responsible sources may submit a bid which
  shall be considered by the agency.  Firms responding should
  indicate if they are a small business.  Solicitation packages
  are available at a $20.00 charge.  All requests must be submitted
  in writing. Make check/money order payable to DFAS-LI, DSSN
  6671, and mail along with your written request to AFDTC/PKO,
  205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862  No telephone
  requests for solicitation packages are acceptable. 
CITE: (W-339 SN008919)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL
SOL F08651-97-B-0036
DUE 020397
POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext
  5273; Cecile A. Ramos, Contracting Officer 
DESC: Eglin AFB FL has a requirement to provide all labor, equipment
  and material required to upgrade areas in Building 11 to provide
  secure rooms.  The work includes removal of existing walls
  ceilings, doors and finishes, construction of new sound insulated
  walls, installation of new sound rated doors and frames and
  application of new finishes.  The work also includes associated
  air conditioning, heating and ventilation, electrical, fire
  alarms and security systems. Project construction time is 90
  calendar days.  Estimated dollar range is between $100,000
  and $250,000.  All responsible sources may submit a bid which
  shall be considered by the agency.  Firms responding should
  indicate if they are a small business.  Solicitation packages
  are available at a $20.00 charge.  All requests must be submitted
  in writing. Make check/money order payable to DFAS-LI, DSSN
  6671, and mail along with your written request to AFDTC/PKO,
  205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862  No telephone
  requests for solicitation packages are acceptable. 
CITE: (W-339 SN008920)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

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

CITE: (W-339 SN008922)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

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

CITE: (W-339 SN008923)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Park Service, New England System Support Office,
  15 State Street, Boston, MA 02109-3572
SUBJECT: Z--INTERIOR RESTORATION AT GENERAL GRANT NATIONAL MEMORIAL,
  122ND STREET & RIVERSIDE DRIVE, NEW YORK, NEW YORK
SOL 1443-IB4520-97-002
DUE 012197
POC For plans and specifications contact Lisa Blair via mail
  at National Park Service, Contracting Division-7th floor, 15
  State Street, Boston, MA 02109-3572 or via facsimile at (617)
  223-5208. Technical questions will be handled by the Contracting
  Officer Richard J. Armenia, telephone (617) 223-5155. No telephone
  requests for bid packages will be accepted.
DESC: The work of this contract includes general interior cleaning
  of all marble surfaces including floors, walls, crypt ceiling,
  and trim. Isolated repair of damaged plaster at dome, dome
  ring, and pendentives. Interior cleaning and painting of all
  finish plaster including barrel vaults, main dome, ornament
  and gallery level columns. The estimated construction range
  of this project is $250,000.00 to $500,000.00. This solicitation
  will be pursuant to P.L. 100-656, Small Business Competitive
  Demonstration Program, and as such is open to all concerns
  regardless of size. All requests for solicitation packages
  must be made in writing, either by mailing to the above address
  or via fax at (617) 223-5208, attention Lisa Blair, Procurement
  Assistant. No  telephone requests for bid packages will be
  accepted.
CITE: (M-339 SN008965)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Code ROIC/PM, Bldg.
  504, Naval Air Facility, El Centro, CA 92243-5008
SUBJECT: Z--INDEFINITE QUANTITY INSTALLATION OF PARKING LOT CANOPIES;
  REMOVAL, STORAGE, AND RE-INSTALLATION OF PATIO CANOPIES, AND
  VARIOUS RELATED REPAIRS IN FAMILY HOUSING UNITS
SOL N68711-97-B-6206
DUE 012197
POC Pat Murrietta, Contract Specialist (619) 339-2456.
DESC: The work includes furnishing all labor, transportation,
  equipment, materials, supplies, and supervision necessary to
  provide and install (``like existing''), full cantilever ``T''
  type, and cantilever parking lot canopies at various buildings
  and parking areas; the removal and storage of existing patio
  covers and enclosures; reinstallation of patio enclosures and
  canopies at an estimated 100 family housing units; and replacement
  of random patio covers, and other incidental related work as
  may be authorized by the contracting officer. Contract duration
  is one year with possible two option periods, periods, or until
  the maximum for each period of the contract is  reached. Work
  is issued on delivery orders; the minimum guarantee is 10%
  of the contract award amount for each period. The maximum estimated
  amount of work is between $500,000.00 and $1,000,000.00 for
  the Base Period, between $250,000.00 and $500,000.00 for Option
  Period One, and between $100,000.00 and $250,000.00 for Option
  Period Two. Work will be subject to the Davis Bacon Act labor
  wages. All responsible sources from both small and large business
  concerns may submit a bid which shall be considered. Standard
  Industrial Code is 1761. Specs available 20 December 1996.
  A site visit is scheduled for 08 January 1997 at 9:00 A.M.
  Telephone requests for this solicitation package  will not
  be accepted. Facsimile requests ((619) 339-2258) will be accepted,
  please include firm name, address, phone number, whether small
  or large business and bidding as prime or subcontactor.
CITE: (M-339 SN008981)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--LOCK ASSEMBLY.
SOL SP0750-96-Q-0406
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96312001181 NSN 1015-01-216-7055, CAGE 19200
  Part No  9376314 lock assembly. per army drawing 19200 9376314.
   38 -AY Del to  New Cumberland PA 17070-5001 Del by 90 days
  after date of award.  40 -AY  Del to Lathrop CA 95330 Del by
  90 days after date of award.  See NOTE 1.   Small business
  size standard is 1,000 employees.  Solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitted to Defense Supply Center,
  Columbus, Attn:  DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX  (614)692-2998 or Call (614)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.  Automated
  Best Value Model (ABVM) and Delivery Evaluation  Factor (DEF)
  apply.  While price is a significant factor in the evaluation
   of offers, the final award decision will be based upon a combination
  of  price, delivery, and past performance as described in the
  solicitation.   All responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-339 SN008626)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--COVER ASSEMBLY.  E/I FEED MECHANISM MK 7 MOD 2
SOL SP0750-97-Q-0356
DUE 012497
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Sharon Harper (614) 692-1170
DESC: PR-NO:  YPC96016001552 NSN 1005-00-311-1963, CAGE 08092
  Part No  BUWEPSDWG880843 CAGE 30003 Part No 880843 CAGE 82577
  Part No 880843 cover  assembly. I/A/W Naval Air Systems Command
  Dwg NR 880843.  10 -EA Del to  (Call contracting office) Del
  by 30 days after date of award.  See NOTE 1,  9.  Small business
  size standard is 1000 employees.  Solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitted to Defense Supply Center
  Columbus, Attn:  dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX (614)  692-2998 or Call (614) 692-2344.  Requests should
  include the IFB/RFP/RFQ  number, opening/closing 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.
   Automated  evaluation factor (DEF) applies.  While price is
  a significant factor in  the evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this  solicitation.automated
  best value model (ABVM) and Delivery Evaluation  Factor (DEF)
  apply while price is a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price, delivery, and past performance as described in the
  solicitaiton.   This MOD is being issued to correct the solicitation
  number from  SP0750-96-X-5591 to read SP0750-97-Q-0356.
CITE: (I-339 SN008637)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--MAGAZINE, CARTRIDGE.  E/I HECKLER AND KOCH, SUBMACHINE
  GUN,  9 MM,
SOL SP0750-97-Q-0373
DUE 011797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Spratt (614 ) 692-3971
DESC: PR-NO:  YPC96297000793 NSN 1005-01-422-4068, CAGE 3T821
  Part No  215608 magazine, cartridge.  Heckler and Koch Inc
  (code 3T821) P/N  215608.  **** 390 -EA Del to Lathrop CA 95330
  Del by 30 days after date  of award.  395 -EA Del to New Cumberland
  PA 17070-5001 Del by 30 days  after date of award.  Solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This is an urestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant facotr 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-339 SN008640)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-G, Bldg 9, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: 10 -- PROCESS IMPROVEMENT FOR CENTERLESS GRINDING 25MM
SOL DAAE30-97-Q-1066
DUE 012197
POC Theresa J. Niederhaus, e-mail=tneider, 201-724-3362; Contracting
  Officer, John H. Beeman.
DESC: Process improvement for Centerless Grinding of Depleted
  Uranium 25MM Projectiles in accordance with Statement of Work
  and applicable documents in RFQ DAAE30-97-Q-1066. This is a
  sole source requirement for Aerojet Ordnance, Jonesborough,
  Tennessee. Note 22. Information regarding this action can be
  accessed at http://procnet.pica.army.mil.
CITE: (I-339 SN008722)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQL), Rock Island, IL
  61299-7630
SUBJECT: 10 -- CONTROL HANDLE, ASSE
SOL DAAE20-96C0254
DUE 012797
POC Contract Specialist: Vickie Buzzell (309) 782-4650, PCO:
  John E. Holmgren (309) 782-4836
DESC: 1015-01-204-9984, Part Number 9376276. C.W.S. Control Handle
  Assy - An electro-mechnanical item consisting of various plug
  connectors, card assy, switches, housing assy, electrical wiring
  and machined components. Castings required. Requirements are
  82 each Control Handle, Asse. For use on the M1A1 Tank. FOB
  is Destination. All or part of this action is an unfunded FY97
  requirement. This requirement is an add-on to DAAE20-95C0254
  with Borisch Mfg. Corp. This notice is published for subcontracting
  purposes only. All ACALA solicitations are available for viewing/downloading,
  in addition to Procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-339 SN008943)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13 -- CNTR CYLINDER, FIBERBOARD
SOL DAAA0997B0011
POC CONTACT THE CONTRACT SPECIALIST: Dawn Sherwin (309)782-6127,
  Contracting Officer: Pat Martel (309)782-3612
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. Issue Date: 6 Jan 97,
  Bid opening date: 20 Feb 97. NSN: 8140-00-859-8011, Qty: 20,590,
  Unit of Issue: each, Part Number: 8883478. End Item: rocket
  Motor 2.75 in models MK$ and MK40, NSN Description: Fiberboard
  Ammunition Container, FOB Destination.
CITE: (I-339 SN008719)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 13 -- RING, OBTURATING
SOL DAAA03-97-T-0021
DUE 011597
POC Retha Sprinkle, Purchasing Agent, (501) 540-4092.
DESC: Ring, Obturating IAW Dwg 11751152E dtd 2 Oct 92 & MIL-R-48401A
  w/not dtd 12 Sep 91. Qty: 90,000 each. F.O.B. Destination,
  Pine Bluff Arsenal, AR 71602-9500. Quote No: DAAA03-97-T-0021
  to issue on or about 30 Dec 96 with opening on or about 20
  Jan 97. All responsible small business sources may submit a
  quote to be considered by the Contracting Office. To receive
  a copy of solicitation package, fax to 501/540-4090 or 501/540-3730,
  or write to the above listed address. See Numbered Note(s):
  1.
CITE: (I-339 SN008951)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 13 -- SETTER, FUZE
SOL DAAA03-97-T-0020
DUE 011597
POC Retha Sprinkle, Purchasing Agent, (501) 540-4092.
DESC: Setter, Fuze, MTSQ M776/DM93, IAW DWG 12929246B dtd 22
  April 91 and QAP 12929246, dtd 10 May 90. Qty: 10,000 each,
  with 100% option. FOB: Destination, Pine Bluff Arsenal, Pine
  Bluff, AR 71602-9500. Quote No: DAAA03-97-T-0020to issue on
  or about 30 Dec 96 with opening on or about 15 Jan 97. All
  responsible small business sources may submit a quote to be
  considered by the Contracting office. To receive a cioy of
  solicitation package, fax to 501/540-4090 or 501/540-3730,
  or write to address listed above. See Numbered Note(s): 1.
CITE: (I-339 SN008952)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13 -- SOURCES SOUGHT/MARKET SURVEY
SOL N/A
POC CONTACT THE CONTRACT SPECIALIST: John Hayden (309)782-3420,
  Contracting Officer: John Hayden (309)782-3420
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. The U>S> Army Industrial
  Operations Command is seeking to identify historically black
  colleges and universities (HBCUs) and minority institutions
  (MIs) interested in and capable of constructing an environmental
  Geographic Information System (GIS) data set for one of its
  Army installations. The potential contract effort may include
  identifying and assembling public data from Federal and state
  sources, constructing a base map of the Army installation,
  performing field verification, identifying and integrating
  available installation infrastructure data, and reviewing;
  assembling and integrating environmental studies and conservation
  data which the Government may provide. The GIS data must meet
  all mge Tri-Service CADD/GIS standards (MGE is a registered
  trademark of Intergraph Corp). The Tri-Service CADD/GIS standards
  can be obtained from the U.S. Army Engineer Waterways Experiment
  Station, 3909 Halls Ferry Road, Vicksburg, MS 39180-6199 (phone
  601-634-2664), or accessed on the Internet at htp://mr2.wes.army.mil.
  Interested HBCUs and MIs must provide the following information,
  not to exceed three pages: describe the institution's capability
  and experience with GIS, MGE and the Tri-Service CADD/GIS standards,
  and any environmental expertise; also, since field work at
  an Army installation may be required, indicate any geographical
  limitation or preference. The proposed effort is being considered
  as a 100% set-aside for HBCUs and MIs, as defined by the clause
  at 252.226-7000 of the Defense Federal Acquisition Regulation
  Supplement. Interested HBCUs and MIs should provide to the
  Contracting Officer, no later than 14 February 1997, the requested
  evidence of their capability to perform the proposed effort,
  and a positive statement of their eligibility as an HBCU or
  MI. Contracting Officer is John F. Hayden, Hqs IOC, AMSIO-ACE-D,
  Rock Island, IL 61299-6000 (phone 309)782-3420, fax 309-782-3804).
  Technical POC is Bruce Daasch, HQS IOC, AMSIO-EQE, Rock Island,
  IL 61299-6000 (309-782-0384, fax 309-782-1457).
CITE: (I-339 SN008734)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-D, Bldg 10, Picatinny
  Arsenal, New Jersey 07806-5000
SUBJECT: 13 -- 5.56MM M995 AND 7.62MM M993 ARMOR PIERCING CARTRIDGES.
SOL N/A
DUE 010397
POC Mary Ann Moreau email=mmoreau, Contract Specialist, 201-724-2016;
  Michael W. O'Connell, Jr., Contracting Officer, 201-724-6630.
DESC: This is a sources sought/market survey for 5.56mm M995
  Armor Piercing Cartridges and 7.62mm M993 Armor Piercing Cartridges.
  Both of these cartridges utilize Tungsten cores in the bullets
  to provide better penetration capabilities against lightly
  armored vehicles and fortifications than the 5.56mm M855 and
  7.62mm M80 service Ball cartridges. The 5.56mm M995 will be
  used in the M16 Rifle, the M4 Carbine and the M249 Squad Automatic
  Weapon. The 7.62mm M993 will be used in the M60 and M240 Machine
  Guns and the M24 Sniper Rifle. A basic production contract
  will be awarded in 3QFY97 for a quantity of 1,150,000 each
  of 5.56mm M995 AP cartridges. The contract will include options
  for 1.125 M cartridges in FY98, 1.100 M cartridges in FY99,
  1.075 M cartridges in FY00 and FY01. A basic production contract
  will be awarded in 3QFY97 for a quantity of 920,000 each of
  7.62mm M993 AP cartridges. The contract will include options
  for 0.825 M cartridges in FY97, 0.810 M cartridges in FY98
  and 0.785 M cartridges in FY99. All responsible interested
  sources are encouraged to submit their capabilities/qualification
  data in regard to the above no later than 3 Jan 97 to Commander,
  U.S. Army TACOM-ARDEC, ATTN: AMSTA-AR-PCW-D, Mary Ann Moreau,
  Bldg. 10, Picatinny Arsenal, NJ 07806-5000. All information
  is to be submitted at no cost or obligation to the Government.
  Please include company name, address, telephone number, technical
  point of contact, brochures/literature. This is only a Market
  Survey. Respondents must demonstrate a high rate production
  capability and delivery for these cartridges. Information regarding
  this action can be accessed at http://procnet.pica.army.mil.
  Note 25 shall apply.
CITE: (I-339 SN008750)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-C, Bldg 10 Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: 13 -- DIRECT AND INDIRECT FIRE MORTAR FUZE FOR 81MM
  AND 120MM MORTAR SYSTEMS
SOL N/A
POC Contact Mr. Drew Diedalis, Program Engineer, (201) 724-5802.
DESC: The U.S. Government is looking for literature regarding
  a NDI Direct/Indirect Fire Mortar Fuze. NDI fuzes requiring
  minor design modifications to meet stated requirements are
  acceptable. Discussion of modifications should be provided
  with sufficient detail to determine level/extent of modifications.
  This information is for informational purposes only, and will
  be provided at no cost to the Government. The fuze must meet
  the following requirements: a. Compatible with existing 81MM
  and 120MM Mortar HE cartridges and weapon systems, including
  the 3 meter British Royal Ordnance Breech Loaded Mortar (muzzle
  velocity of 72 meters/sec to 440 meters/sec), b. Ability to
  be fired from -10 degrees to 90 degrees gun elevation, c. Fuze
  functions: PDSQ and delay, d. Safety requirments of MIL-STD-1316D,
  e. Performance requirements of MIL-STD-1512, MIL-STD-1385,
  MIL-STD-461, MIL-STD-462, MIL-STD-1795, MIL-STD-1757, MIL-STD-2169,
  MIL-STD-331B, and MIL-STD-810E, f. Delay backup for the SQPD
  function mode, g. Minimum safe arming distance: 100 meters,
  h. All arming distance: 150 meters, and i. Graze performance:
  80% at 2 degrees impact angle. Request all responses be sent
  to PM Mortars, ATTN: AMCPM-MO/Drew Diedalis, Picatinny Arsenal,
  NJ 07806-5000, no later than 2 January 1997.
CITE: (I-339 SN008984)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 14-PANEL,STRUCTURAL,AI
SOL N0038397QN045
DUE 011397
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-1420-01-423-0535-LU, Ref Nr 65523-00007-065, Qty 30
  EA, Delivery FOB Origin-----, Drawings not available., See
  Note 22
CITE: (I-339 SN008659)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-CANOPY,MOVABLE
SOL N0038397QD071
DUE 011397
POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, 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-1560-01-394-7581-GF, Ref Nr 74A350004-1017, Qty 3 EA
  , Delivery FOB Origin-----, Because the part requires engineering
  source approval, this requirement will be restricted to McDonnell
  Douglas Aerospace. The estimated award date is 21 April 1997.,
  See Note 22
CITE: (I-338 SN008597)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-FLAP,WING LANDING
SOL N0038397QD073
DUE 011397
POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, 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-1560-01-399-1175-GF, Ref Nr 74A180003-1015, Qty 4 EA
  , Delivery FOB Origin-----, Because of the unavailability of
  drawings or other data, this requirement  will be restricted
  to McDonnell Douglas Aerospace.  The estimated award date 
  is 21 April 1997., See Note 22
CITE: (I-338 SN008598)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-AILERON
SOL N0038397QD076
DUE 011397
POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, 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-1560-01-383-3273-GF, Ref Nr 74A170004-1025, Qty 11 EA,
  Delivery FOB Origin-----, Because of the unavailability of
  drawings or other data, this requirement will be restricted
  to McDonnell Douglas Aerospace.  The estimated award date 
  is 21 April 1997., See Note 22
CITE: (I-338 SN008599)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-AILERON
SOL N0038397QD079
DUE 011397
POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, 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-1560-01-383-3284-GF, Ref Nr 74A170004-1027, Qty 15 EA,
  Delivery FOB Origin-----, Because of the unavailability of
  drawings or other data, this requirement will be restricted
  to McDonnell Douglas Aerospace.  The estimated award date 
  is 21 April 1997., See Note 22
CITE: (I-338 SN008600)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-AILERON
SOL N0038397QD080
DUE 011397
POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, 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-1560-01-383-3294-GF, Ref Nr 74A170004-1028, Qty 13 EA,
  Delivery FOB Origin-----, Because of the unavailability of
  drawings or other data, this requirement will be restricted
  to McDonnell Douglas Aerospace.  The estimated award date 
  is 21 April 1997., See Note 22
CITE: (I-338 SN008601)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-AILERON
SOL N0038397QD083
DUE 011397
POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, Twx, Not-avail, Contracting Officer, Joseph
  E Landy, 0221.02, (215)697-2856
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-1560-01-383-3312-GF, Ref Nr 74A170004-1026, Qty 13 EA,
  Delivery FOB Origin-----, Because of the unavailability of
  drawings or other data, this requirement is restricted to McDonnell
  Douglas Aerospace.  The estimated award date is 21  April 1997.,
  See Note 22
CITE: (I-338 SN008602)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-SEPARATOR ASSEMBLY
SOL N0038397QN043
DUE 011397
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-1560-01-309-0191-NU, Ref Nr 65316-12037-044, Qty 8 EA,
  Delivery FOB Origin-----, Drawings not available, See Note
  22
CITE: (I-339 SN008660)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Headquarters Aeronautical Systems Center, ASC/YCK, Building
  558, 2590 Loop Road West, Wright-Patterson Air Force Base,
  OH 45433-7142
SUBJECT: 15 -- C-17 INTERIM CONTRACTOR SUPPORT WITH FLEXIBLE
  SUSTAINMENT PROGRAM
SOL F33657-97-R-0008
DUE 010297
POC Contracting Officer, Roger Mullins, 937/255-1079.
DESC: The purpose of this sources sought synopsis is to identify
  prime offerors who meet the requirements identified below.
  The C-17 Interim Contractor Support (ICS) with Flexible Sustainment
  program is designed to satisfy the Government's goals of achieving
  improvements in logistics support and mission readiness while
  reducing operating and support costs. Flexible Sustainment
  is an interim program (1998-2005) which provides total program
  depot-level maintenance support (with the exception of engines
  and maintenance/aircrew training devices) during the current
  C-17 production schedule. Organizational-level maintenance
  will remain with the Air Force. This effort is a culmination
  of existing support contracts and post-BRAC planned organic
  depot support. Contract award is estimated to occur in the
  first quarter of fiscal year 1998. Flexible Sustainment goals
  are to adopt world class business practices, integrate commercial
  and military industrial bases, depend on performance specifications
  and commercial standards, streamline processes to reduce cost
  and cycle time, and streamline technology insertion processes.
  The attainment of these goals will result in increased C-17
  readiness and decreased life cycle costs. The offeror must
  provide single point management for all C-17 sustainment activities
  including: program management, materiel management, sustaining
  engineering, heavy aircraft maintenance, control of support
  assets, data, and quality assurance. Establish or demonstrate
  the capability for Program Management - plan for support of
  entire C-17 fleet, budget, execute, and report program performance
  for an ICS program for the C-17 air vehicle and associated
  peculiar support equipment, establish contracts where appropriate
  to provide sources of supply and repair for products and services
  available within both government and industry, and provide
  the government direct access to integrated management information
  components. In the area of Materiel Management - show the capability
  for supply support in managing, cataloging, determining requirements,
  procuring, distributing, engineering, modifying, performing
  depot level repair of reparables, overhauling, and disposing
  of materiel. This would include the establishment of Contractor
  Operated Support Sites (COSS) for high demand items, flyaway
  kit replenishment, and enroute replenishment at each of four
  Main Operating Bases. Perform Sustaining Engineering including:
  airworthiness support, support engineering, Reliability Based
  Logistics (RBL) software planning and execution, failure investigations,
  and Configuration Management. Conduct Aircraft Heavy Maintenance
  - plan and perform all scheduled/unscheduled depot level heavy
  maintenance/repair, corrosion control, paint/depaint, Analytical
  Condition Inspection, Aircraft Battle Damage Repair, modifications,
  and be able to support contingency operation surges. Control
  Support Assets - manage support equipment and spares to meet
  program requirements. In the area of Data and Configuration
  Management, Data and Engineering Management - provide a disciplined,
  efficient, time responsive system which documents engineering
  changes to include form, fit, function and interface (F3I),
  share data with the Government in an electronic environment,
  and delineate current C-17 fleet configuration baseline(s)
  and outstanding Class I, II and III changes not incorporated
  into drawings. These areas would also include provisioning,
  Logistics Support Analysis Report, and technical orders. Coordinate
  as necessary with the training systems contractor and engine
  contractor through provisions of the Contractor Enabling Agreement
  to ensure weapon system integration. Develop a quality assurance
  program that will ensure system performance requirements and
  continuous improvements are met throughout the sustainment
  period. The offeror must: 1) possess or demonstrate the ability
  to possess program management, logistics, maintenance, engineering,
  financial, and contracting personnel, 2) possess or demonstrate
  the ability to possess the materiel, engineering, factory,
  and physical facilities, 3) have demonstrated recent military
  aircraft sustainment responsibility, and 4) show evidence of
  these capabilities. The offeror shall indicate their size status
  in relation to SIC code 3721. Interested contractors are requested
  to submit a Statement of Capability (SOC) that demonstrates
  the capability to sustain the C-17 fleet as stated in the concepts
  above. The SOC should include a list of previous experience
  including but not limited to government contracts. The SOC
  shall be unclassified and the information submitted should
  be pertinent to and identify the offeror's capability as related
  to the technical effort as requested above. Do not provide
  advertisement brochures. The SOC is limited to 10 pages and
  must be received not later than 06 Jan 97. Replies received
  later than this date and responses by telegram or fax may not
  be honored. 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 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.
  The Ombudsman should only be contacted with issues or problems
  that have been previously brought to the attention of the contracting
  officer and could not be satisfactorily resolved at that level.
  Direct all requests for solicitation and routine communication
  concerning this acquisition to Mr. Roger Mullins, Contracting
  Officer, ASC/YCK, Bldg 558, Rm 009, 2590 Loop Road West, Wright-Patterson
  AFB, OH 45433-7142, at (937) 255-1079.
CITE: (I-339 SN008759)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-ARM ASSY,SHOCK STRU
SOL N0038397RA053
DUE 012397
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-1620-00-807-9722-BP, SPEC NR TDP VER 003, Ref Nr 901541-1,
  Qty 15 EA, Delivery FOB Origin----- DRAWINGS NOT AVAILABLE.
   Due to the unavailability of drawings or other data, competition
  will be restricted to (17576) Coltec/Menasco Aerosystems and
   (36164) Heroux Inc. Requests for copies of solicitations should
  be FAXED to (215) 697-3161.  Estimated Award Date is 22 APR
  97., See Note 22
CITE: (I-338 SN008603)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PISTON CYLINDER
SOL SP0770-97-Q-MD85
DUE 010897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Bruce rose,  614-692-3818.
DESC: PR-NO:  NPC96291000861 NSN 1620-00-494-7154, CAGE 13002
  Part No  9754F4 piston, cylinder.  BFGoodrich (13002) P/N 9754F4.
   15 -EA Del  to Norfolk VA 23512-0001 Del by 60 days ADO. 
  Solicitation not available  until 15 days after published in
  the CBD. Automated Best Value Model (ABVM)  applies.  While
  price may be a significant factor in the evaluation of offers,
   the final award decision will be based upon a combination
  of price and  past performance, as described in the solicitation.
   All responsible  sources may submit offer which DCSC shall
  consider.
CITE: (I-339 SN008617)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CRANK ASSEMBLY, INPUT
SOL SP0770-97-Q-MG09
DUE 010797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Bruce rose,  614-692-3818.
DESC: PR-NO:  YPC96310002462 NSN 1650-01-018-8315, CAGE 82106
  Part No  60150-7 crank assembly, input. Parker-Hannifin Corp
  P/N 60150-7.  8 - EA Del to (Call contracting office) Del by
  45 days ADO.  Solicitation not  available until 15 days after
  published in the CBD. Automated Best Value  Model (ABVM) applies.
   While price may be a significant factor in the  evaluation
  of offers, the final award decision will be based upon a  combination
  of price and past performance as described in the solicitation.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-339 SN008643)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-BLADE,ROTARY WING
SOL N0038397QN049
DUE 011397
POC Contact Point, Maria C Allen, 0233.01, (215)697-3770, 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-1615-00-173-7439-AH, Ref Nr 204-012-001-27, Qty 30 EA,
  Delivery FOB Origin-----.  There are no drawings available.,
  See Note 22
CITE: (I-339 SN008661)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-CONCENTRATOR,OXYGEN
SOL N0038397RP384
DUE 011397
POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 7R-1660-01-296-3766-LX, Ref Nr 3261009-0105, Qty 10
  EA, Delivery FOB Origin, See Note 22
CITE: (I-339 SN008662)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Aerospace, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: 16--GFP/GFE/GOM TO AID IN DEVELOPMENT OF THE F/A-18
  ADVANCED TARGETING FLIR PROTOTYPE
SOL ADV F/A-18-310C-089
POC Sr. Principal Procurement Agent, Brad McCluskey, 314/232-7630
DESC: McDonnell Douglas Corporation (MDA) shall be the point
  of contact for industry requests for any GFP/GFE/GOM, Government
  facilities and/or Government personnel time to aid in development
  of  the Advanced Targeting FLIR (ATFLIR) prototype units for
  the F/A-18 Advanced Targeting FLIR program. Should your company
  request any government property for the purposes of the F/A-18
  ATFLIR program all requests shall be submitted in writing to
  the MDA Procurement Agent. All requests shall require Government
  approval prior to release or use of any GFP/GFE/GOM, Government
  facilities and/or Government personnel time. At a minimum your
  request shall identify the following: 1) Description/Nomenclature/Part
  Number, 2) Quantity, 3) Need Date, 4)Period of Performance/Period
  of Use, 5)Brief description for intended use, 6) Modification
  for requested loan, if applicable, 7) Demodification to requested
  loan if applicable, 8) Rent/Rent Free, 9) Interference/Non-interference,
  10) Government facilities required, 11) Government personnel's
  names, location, and codes, 12) Shipping Address, 13) Point
  of Contact for receipt of GFP/GFE/GOM. In the event there are
  GFP/GFE/GOM presently at your facility that you could utilize
  for the subject effort on a rent free non-interference basis
  you are requested to identify the subject equipment, authorizing
  government contract number and property tag numbers in addition
  to the information as requested above. A copy of your company's
  Government approved property system is requested to best streamline
  the supplier's request and reduce the customer's approval cycle
  time. Should your company wish to request Alternate (1) Risk
  of Loss and Limitation of Liability in accordance with FAR
  52.245-2 ALT(1) and FAR 52.245-24, your company may do so providing
  the requested data as stipulated in the appropriate FAR's is
  provided to process your request. Authorization of GFP/GFE/GOM,
  Government facilities, and/or Government personnel shall result
  in no cost to either MDA or the U.S. Government. To process
  your company's request assume ninety days cycle time after
  submittal prior to receiving MDA/Government authorization.
  This notice does not represent a firm solicitation. A response
  to this announcement will not assure the subsequent procurement
  of any equipment from a source outside MDA nor does it assure
  your company will be placed on a list of bidders should MDA
  conduct a competition to procure any equipment from an outside
  source as a result of this activity. Nothing in this letter
  shall be construed in any manner to be an obligation to enter
  into a subcontract or to result in any claim whatsoever for
  reimbursement of cost for any effort expended by your company
  including a response hereto. 
CITE: (W-339 SN008771)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--BRACKET ASSEMBLY.  EXCEPTION TO DWG.626686 REV.A:
SOL SP0760-97-R-2121
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)Gwen  Lawson, (614)69 2-2766.
DESC: PR-NO:  YPC96261000420 NSN 1710-00-919-0553, CAGE 80020
  Part No  612466-1 bracket assembly.  MFG.I/A/W Navy dwg.612466
  and associated Dwgs.   To their latest revisions.  P/N 612466-1
  151 -EA Del to Norfolk VA  23512-0001 Del by 260 days after
  award.  See NOTES 1 and 9.  Small  business size standard is
  1000 employees.  Solicitation not available  until 15 days
  after published in the CBD.  Written requests for drawings
   are to be submitted to Defense Supply Center Columbus, Attn:
  DSCC-VTRD,  P.O. Box 3990, Columbus, OH.  43216-5000, by FAX
  (614)692-2998 or Call  (614)692-2344.  Requests should include
  the IFB/RFP/RFQ number, opening/  closing, NSN, YPC/ZPC or
  NPC number; buyer's name and your complete name  and address.
   Federal, military and commercial specifications cannot be
   provided by DSCC.  Proposed procurement contains a 100% option
  for  increased quantities.  Automated Best Value Model (ABVM)
  applies.  While  price may be a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combination
  of price and past performance,  as described in the solicitation.
   Delivery Evaluation Factor (DEF) applies.   While price is
  a significant factor in the evaluation of offers, the final
   award decisionwill 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-339 SN008619)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave. N., Fargo,
  ND 58102-1051
SUBJECT: 17--AIRCRAFT ARRESTING SYSTEM RADIO CONTROLS
SOL DAHA32-96-T2001
DUE 122396
POC Dwight A. Murphy, SMS, Contracting Officer, (701) 241-7332.
DESC: Aircraft Arresting System Radio Controls for BAK-14, Motorola
  P/N PAACS-1. It is the intent of the Government to issue a
  sole source procurement to Motorola Inc., 1402 West Division
  St., Grand Island, NE 68801. The Government intends to use
  Simplified Acquisition Procedures. See Note 22.
CITE: (M-339 SN008895)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Army Engineer District, Philadelphia, PA. Wanamaker
  Building, Room 643, 100 Penn Square East, Philadelphia, PA
  19107-3390
SUBJECT: 20--REDUCTION GEARS FOR PROPULSION ENGINE ON THE DREDGE
  MCFARLAND
SOL DACW61-96-R-0006
DUE 011696
POC John Sheplock, (215) 656-6867, Contract Specialist.
DESC: The U.S. Army Corp of Engineers, Philadelphia District
  intends to award a sole source fixed price contract to Lufkin
  Industries, Inc., for manufacture of reduction gears which
  are necessary for the overhaul of the Dredge McFARLAND. Solicitation
  DACW61-97-R-0006 will be issued on or about December 13, 1996
  with a closing date of January 16, 1997 at 1400 hours. These
  parts are proprietary to Lufkin Industries. The Standard Industrial
  Classification for this procurement is 3499 with a size standard
  of 500 employees or less. Note 22 applies to this solicitation.
CITE: (M-339 SN008961)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--TRANSMISSION AND CO
SOL DAAE0797RT196
DUE 020397
POC For a solicitation copy or for information on this procurement,
   Call Pamela Kostowny (810) 574-8096
DESC: NSN:  2520013971074, qty:  15, FOB:  origin, opt:  150%
  item:   X200-4A transmission assembly and container. PN:  MIL
  12371043. see  NOTE:  22.  The offer due date is on O R about
  020397 (see soliciation  for actual offer due DA te).
CITE: (I-338 SN008524)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--REMOTE CONTROL UNIT, CRANE. ON LAV-25
SOL SP0750-97-Q-0383
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone) Jim  Duffala (614) 6 92-1679
DESC: PR-NO:  YPC96138000960 NSN 2590-01-223-4086, CAGE 36513
  Part No  HIAB500-796 CAGE 56161 Part No 10501392 remote control
  unit, Crane.  Per  GM/Canada (56161) Part No. 10501392 or Atlas
  polar (36513) Part No.  500-796-01.  9 -EA Del to Richmond
  VA 23297-5900 Del by 120 days after  date of award.  Solicitation
  not available until 15 days after published  in the CBD.  Specifications,
  plans or drawings are not available.   Automated Best Value
  Model (ABVM) applies.  While price may be a signficant  factor
  in the evaluation of offers, the final award decision will
  be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  Automated Best Value Model (abvmm) and
   Delivery Evaluation Factor (DEF) apply.  While price is a
  significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combination of price,
  delivery, and past perofrmance as described  in the solicitation.
   All responsible sources may submit offer which DCSC  shall
  consider.
CITE: (I-339 SN008618)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--COVER ASSEMBLY, DRIVER'S HATCH. EXCEPTION TO DRAWING:
   USE  ANSI/AWS A5.10 IN LIEU OF
SOL SP0750-97-Q-0403
DUE 012497
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Kreston Harris (614 ) 692-4680
DESC: PR-NO:  YPC96264000728 NSN 2510-00-936-2287, CAGE 19207
  Part No  8756697 cover assembly, driver's hatch I/A/W U.S.
  Army drawing number  8756697.  25 -EA Del to Lathrop CA 95330
  Del by 120 days after date of  award.  55 -EA Del to New Cumberland
  PA 17070-5001 Del by 120 days after  date of award.  See NOTE
  1, 9.  Small business size standard is 500  employees.  Solicitation
  not available until 15 days after published in the  CBD.  Written
  requests for drawings are to be submitted to Defense Supply
   Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus,
  OH  43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344.
   Requests should  include the IFB/RFP/RFQ number, opening/closing
  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 balue model (ABVM)
  applies.  While price may be a significant  factor in the evaluation
  of offers, the final contract award decision will  be based
  upon a combination of price and past performance, as described
   in the solicitation.  While price will be a significant factor
  in the  evaluation of offers, the final contract award price
  may be based upon a  combination of price and delivery as described
  in this solicitation.  All  responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-339 SN008621)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--GUARD, SPLASH, VEHICULAR. LEFT HAND SIDE. ON 5 TON
  TRUCK:   M939. THE USE OF PERMANENT INK
SOL SP0750-97-Q-0393
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone) Ken  Cotton (614) 69 2-2532
DESC: PR-NO:  YPC96310002667 NSN 2540-01-093-4305, CAGE 19207
  Part No  12255849 guard, splash, vehicular. left hand side.
  used on 5 ton  trucks:  M939; M936. in accordance with U.S.
  Army Tank Automotive command  drawing number 12255849.  1,018
  -EA Del to New Cumberland PA 17070-5001  Del by 60 days after
  date of award.  631 -EA Del to Lathrop CA 95330 Del  by 60
  days after date of award.  See NOTE 1.  Small business size
   standard is 500 employees.  Solicitation not available until
  15 days  after published in the CBD.  Written requests for
  drawings are to be  submitted to Defense Supply Center Columbus,
  Attn: dsccvtrd, P.O. Box  3990, Columbus, OH 43216-5000, by
  FAX (614) 692-2998 or Call (614)  692-2344.  Requests should
  include the IFB/RFP/RFQ number,  opening/closing date, NSN
  YPC/ZPC or NPC number; buyer's name and your  complete name
  and address.  Federal, military and commercial  specifications
  cannot be 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 be based upon  a combination of price
  and past performane as described in this solicitation.   All
  responsible sources may submit offer which DCSC shall consider.
CITE: (I-339 SN008644)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--WINCH, DRUM, VEHICLE MOUNTING.  TO INCLUDE SHIPPING
   CONTAINER.
SOL SP0770-97-Q-MG15
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Laurie Gambert/614692-4279.
DESC: PR-NO:  YPC96310002718 NSN 2590-21-908-3127, CAGE 35907
  Part No  45320 N7A/39050 lro 08060501S CAGE 38298 Part No mq-7213908
  winch, drum,  vehicle mounting. I/A/W director general land
  equipment P/N N7A/39050 lro  08060501S and military equipment
  mil-quip Inc.  P/N mq-7213908.  5 -EA  Del to Cherry Point
  NC 28533-5001 Del by 90 days ADO.  Solicitation not  available
  until 15 days after published in the CBD.  Specifications,
  plans  or drawings are not available.  This is an unrestricted
  acquisition with a  10% preference for SDB concerns.  Automated
  Best Value Model (ABVM)  applies.  While price may be a significant
  factor in the evaluation of offers,  the final award decision
  will be based upon a combination of price and  past performance,
  as described in the solicitation.  Delivery Evaluation  Factor
  (DEF) applies.  While price is a significant factor in the
   evaluation of offers, the final award decision will be based
  upon a  combination of price and past performance as described
  in this solicitation.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-339 SN008645)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC(FQE), Rock Island, IL 61299-7630
SUBJECT: 25 -- BOX ACCESSORIES
SOL DAAE20-96T0499
DUE 010397
POC Contract Specialist: Cheryl Callison (309)782-4843, PCO:
  John E. Holmgren (309)782-4836
DESC: 2540-01-055-2061, Part Number 12252140, requirements are
  91 ea Box, Accessories. For use of the M60 Tank. Proposed contract
  is a 100 percent small business set-aside. All or part of this
  action is an unfunded FY97 requirement. Estimated issue date
  of this solicitation is 112096. FOB is Destination. Failure
  to properly address requests for solicitation in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE)(if a CAGE
  code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309)782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System(AAIS).
  All ACALA solicitataions are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309)782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309)782-8094 on
  a limited basis.
CITE: (I-339 SN008941)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 26--TIRE, PNEUMATIC
SOL DAAE0797RT045
DUE 020397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call William Vantrease
  (810) 574-7833
DESC: NSN:  2610004898079, qty:, FOB:  destination, opt:  none
  item:   pneumatic tire, 8.75-16.50, load range D, Bias, T ubeless,
  new,  over the Road light truck, Fed spec ZZ-T- 381R. two (2)
  year requirments  contract with DVD/EDI. E stimated annual
  requ see NOTE:  none.  All  responsible S ources may submit
  an offer which will be considered.  T HE  offer due date is
  on or about 020397 (see soliciatio N for actual offer due 
  date).
CITE: (I-338 SN008523)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-IMPELLER GROUP
SOL N0038397QA048
DUE 011397
POC Contact Point, Tyrone   White, 0223.12, (215)697-2118, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Donald
  F Mcgettigan, 0223.02, (215)697-6549
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-2835-01-271-8787-CS, Ref Nr 3842061-3, Qty 2 EA, Delivery
  FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE
  NOT AVAILABLE FROM NAVICP.---, See Note 22
CITE: (I-338 SN008604)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-CASE,TURBINE
SOL N0038397QM078
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-00-060-0514-SN, Ref Nr 6020T59G02, Qty 14 EA, Delivery
  FOB Origin-----. NO drawings., See Note 22
CITE: (I-339 SN008663)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-BLADE,COMPRESSOR RO
SOL N0038397QM079
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-00-163-3332-SN, Ref Nr 6037T17P01, Qty 8647 EA,
  Delivery FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008664)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-LINER,COMBUSTION
SOL N0038397QM083
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-031-3697-SN, Ref Nr 6900T22G01, Qty 13 EA, Delivery
  FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008665)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-BLADE, LPT
SOL N0038397QM086
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-398-3813-TN, Ref Nr 6084T11P03, Qty 760 EA,
  Delivery FOB Origin-----.   NO drawings., See Note 22
CITE: (I-339 SN008666)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-LINER,OUTER RING
SOL N0038397QM087
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-429-8062-TN, Ref Nr 4903T26G02, Qty 30 EA, Delivery
  FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008667)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-LINER,OUTER RING
SOL N0038397QM088
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-429-8063-TN, Ref Nr 4903T26G03, Qty 30 EA, Delivery
  FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008668)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-LINER,INNER RING
SOL N0038397QM089
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-429-8064-TN, Ref Nr 5901T17G02, Qty 28 EA, Delivery
  FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008669)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-LINER,INNER RING
SOL N0038397QM090
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-429-8067-TN, Ref Nr 5901T17G03, Qty 28 EA, Delivery
  FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008670)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-VANE,SEGMENT & SEAL
SOL N0038397QM094
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-390-9200-TN, Ref Nr 4058T69G12, Qty 927 EA,
  Delivery FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008671)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-SHROUD,STATOR
SOL N0038397QM095
DUE 011397
POC Contact Point, Eharles J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles
  J Farrell, 0232.03, (215)697-2572
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-2840-01-395-2748-TN, Ref Nr 6060T13G02, Qty 541 EA,
  Delivery FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008672)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-VANE,SEGMENT & SEAL
SOL N0038397QM096
DUE 011397
POC Contact Point, Eharles J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles
  J Farrell, 0232.03, (215)697-2572
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-2840-01-390-9198-TN, Ref Nr 4061T00G15, Qty 1039 EA,
  Delivery FOB Origin-----. NO drawings., See Note 22
CITE: (I-339 SN008673)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-VANE,SEGMENT & SEAL
SOL N0038397QM098
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-390-9206-TN, Ref Nr 4058T69G11, Qty 2844 EA,
  Delivery FOB Origin-----. NO drawings., See Note 22
CITE: (I-339 SN008674)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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 N0038397QM099
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-372-2474-SN, Ref Nr 6030T01G23, Qty 6 EA, Delivery
  FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008675)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-FLAP,PRIMARY
SOL N0038397QM102
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward
  G Morlock, 0232, (215)697-1063
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-2840-01-396-0653-TN, Ref Nr 6060T79P01, Qty 4367 EA,
  Delivery FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008676)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-VANE,COMPRESSOR STA
SOL N0038397QM103
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-01-131-0565-TN, SPEC NR TDP VER 003, Ref Nr 6045T18P02,
  Qty 5290 EA, Delivery FOB Origin-----.  no DRAWINGS., See Note
  22
CITE: (I-339 SN008677)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-WEIGHT ASSY,SPEED
SOL N0038397QA050
DUE 011397
POC Contact Point, Tyrone   White, 0223.12, (215)697-2118, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Donald
  F Mcgettigan, 0223.02, (215)697-6549
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-2915-00-929-6276-PQ, Ref Nr 2635936, Qty 161 EA, Delivery
  FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE
  NOT AVAILABLE FROM NAVICP.---, See Note 22
CITE: (I-338 SN008605)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-CAMSHAFT ASSEMBLY
SOL N0038397QA051
DUE 011397
POC Contact Point, Tyrone   White, 0223.12, (215)697-2118, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Donald
  F Mcgettigan, 0223.02, (215)697-6549
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-2915-01-043-2572-PQ, Ref Nr 2661058, Qty 65 EA, Delivery
  FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE
  NOT AVAILABLE FROM NAVICP.---, See Note 22
CITE: (I-338 SN008606)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--RADIATOR, ENGINE COOLANT
SOL SP0740-97-Q-0506
DUE 012297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Robert Schneider/ADA A5/(614)692-1743
DESC: PR-NO:  YPC96317001598 NSN 2930-01-267-8747, CAGE 56661
  Part No  810297 CAGE 98749 Part No 849155 radiator, engine
  coolant.  Per Air  Force drawing number 849155.  40 -EA Del
  to Lathrop CA 95330 Del 120  days after award.  33 -EA Del
  to New Cumberland PA 17070-5001 Del  120DAYS ater award.  Small
  business size standard is 500 employees.   Solicitation not
  available until 15 days after published in the CBD.  automated
  best value model(ABVM) applies.  While price may be a significant
   factor in the evaluatio of offers, the final award decision
  will be based  upon a combination 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 of
  offers, the final award decision will be based upon  a combination
  of price and past performance as described in this  solicitation.
  automated best value model(ABVM) and delivery evaluation  factor(DEF)
  apply. while price is a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price, delivery, and past performance as described in th
  solicitation.   All responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-339 SN008627)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PIPE, EXHAUST.  ON MODEL M44 2 1/2 TON MULTI-FUEL
  TRUCK.
SOL SP0750-97-Q-0399
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone) Ken  Cotton (614) 69 2-2532
DESC: PR-NO:  YPC96302002044 NSN 2990-00-117-0246, CAGE 19207
  Part No  11677088 pipe, exhaust. I/A/W TACOM drawing number
  19207 11677088 917 - EA Del to New Cumberland PA 17070-5001
  Del by 120 days after date of award.   472 -EA Del to Lathrop
  CA 95330 Del by 120 days after date of award.   See NOTE 1.
   Small business size standard is 500 employees.   Solicitation
  not avaialble until 15 days after published in the CBD.   Written
  requests for drawings are to be submitted to Defense Supply
  Center  Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus,
  OH 43216-5000, by  FAX (614) 692-2998 or Call (614) 692-2344.
   Requests should include the  IFB/RFP/RFQ number, opening/closing
  date, NSN YPC/ZPC or NPC number;  buyer's name and your complete
  name and address.  Federal, military and  commercial specifications
  cannot be provided by DSCC.  Automated Best  Value Model (ABVM)
  applies.  While price may be a signficant factor in the  evaluation
  of offers, the final award decision will be based upon a  combination
  of price and past performance, as described in the solicitation.
    Delivery Evaluation Factor (DEF) applies.  While price is
  a significant  factor in the evalaution 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-339 SN008641)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-MODULATOR ASSEMBLY
SOL N0038397QM101
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2920-01-338-0847-XQ, Ref Nr 7042M70G11, Qty 41 EA, Delivery
  FOB Origin-----.  NO draWings., See Note 22
CITE: (I-339 SN008678)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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--HOUSING, MECHANICAL
SOL DAAE0797RT157
DUE 020397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Sharon Patrick (810)
  574-7152
DESC: NSN:  3040001571813, qty:  66, FOB:  origin, opt:  100%
  item:   housing, mecha see NOTE:  01.  All responsible Sou
  rces may submit an  offer which will be considered.  The offer
  due date is on or about 020397  (see soliciation for actual
  offer due date).
CITE: (I-338 SN008525)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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 ASSEMBLY
SOL N0038397QA049
DUE 011397
POC Contact Point, Tyrone   White, 0223.12, (215)697-2118, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Donald
  F Mcgettigan, 0223.02, (215)697-6549
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-3040-01-332-8549-GF, Ref Nr 582312-4, Qty 28 EA, Delivery
  FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE
  NOT AVAILABLE FROM NAVICP.---, See Note 22
CITE: (I-338 SN008607)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--ACTUATOR, HYDRAULIC.
SOL SP0750-97-R-2548
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96262000904 NSN 3040-01-158-3087, CAGE 0CFU1
  Part No  175000-1 CAGE 15515 Part No b-6377 CAGE 19207 Part
  No 12329716 CAGE 99215  Part No 58C58604 actuator, hydraulic.
  made in accordance with army drawing  19207 12329716 and all
  current related data.  24 -EA Del to New  Cumberland PA 17070-5001
  Del by 282 days after date of award.  PR-NO:   YPC96120001584
  solicitation not available until 15 days after published in
   the CBD.  Proposed procurement contains a 100% option for
  inccreased  quantities.  This is an unrestricted acquisition
  with a 10% preference  for SDB concerns.  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-339 SN008620)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEARSHAFT, BEVEL.
SOL SP0770-97-Q-MG16
DUE 011597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96292001013 NSN 3040-01-130-6864, CAGE 0ZWK8
  Part No  2040780-1 gearshaft, bevel. I/A/W allied MOOG Torrance
  Inc, P/N:   2040780-1.  60 -EA Del to Jacksonville FL 32212-0097
  Del 180 days after  date of award.  79 -EA Del to San Diego
  CA 92136-0000 Del 180 days after  date of award.  Solicitation
  not available until 15 days after published  in the CBD.  This
  acquisition is for supplies for which the government does 
  not possess complete, unrestrictive technical data; therefore,
  the  government intends to solicit and contract with only approved
  sources  under the authority of 10 U.S.C.2304(C)(1).  Approved
  sources are:   Alliedsignal, Inc.  All responsible sources
  may submit offer which DCSC  shall consider.
CITE: (I-339 SN008639)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO.
SUBJECT: 31 -- BEARING, PLAIN, SELF-
SOL DAAJ09-97-Q-0339
DUE 020397
POC Phil Eatherton, Contract Specialist, AMSAT-A-PLBB, 314-263-0733,
  Rita Surgeon, Contracting Officer, AMSAT-A-PLBB, 314-263-0742,
  Datafax 314- 263-9012.
DESC: NSN: 3120-00-011-9167, Boeing's P/N: 114RS318-2, QTY: 3200
  each. Applicable to the CH-47D Aircraft. FOB Destination to
  New Cumberland, PA 17070-5001. Required delivery with First
  Article Testing is 3200 each 330 DACA, first article test report
  is due 228 DACA. Required delivery without First Article Testing
  is 3200 each 240 DACA. This procurement requires prequalification.
  All responsible sources may submit a proposal which shall be
  considered by the agency. Justification for other than full
  and open competition is FAR 6.302-1, only a limited number
  of responsible sources. This proposed contract action is for
  supplies for which the Government does not have specifications
  and drawings to permit full and open competition. Approved
  sources are Boeing Defense & Space Group, Philadelphia, PA
  19042-0858, RBC Transport Dynamics Corporation, Santa Ana,
  CA 92702-1953, New Hampshire Ball Bearings Inc, Laconia, NH
  03246-2937, Torrington Co, Torrington, CT 06790-4942, and Kahr
  Bearing, Tucson, AZ 85711. This is a Flight Safety Part. The
  time required for approval of new supplies is such that award
  and delivery cannot be delayed pending approval of a new source.
  Firms are encourgaed to seek sources approval in order to compete
  for future solicitations IAW the instructions contained in
  Section L of the solicitation. Information on meeting of qualifications
  may also be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject
  to availability of funds. No telephone requests will be accepted.
  You may fax your request ATTN: AMSAT-A-PLBB, Phil Eatherton,
  Contract Specialist, on 314-263-9012. See Numbered Notes 23,
  and 26.
CITE: (I-339 SN008744)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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, ANNULAR LAKE SHORE INC (34712)
SOL SP0500-97-Q-C570
DUE 121796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  John McCarty/HBC28/X0218. buyer:  John
   McCarty/HBC28/X0218.
DESC: PR-NO:  YPI96169000729 NSN 3110-01-280-3665, 5 -EA Del
  to New  Cumberland PA 17070-5001 Del by 07 Sep 96.  RFQ due
  date:  17 Dec 96.   Specs:  Lake shore #503-01801-55, rotek
  #A20-55NID.  Incremental  bidding:  primary quantity:  5 1ST
  alt qty:  10 2ND alt qty:  15  deliveries to CONUS (excluding
  Alaska).  Delivery schedule:  280 days  ADO.  Offers will be
  evaluated with a 10% preference for small  disadvantaged business
  concerns.  Approved sources are:  Lake shore Inc.  & rotek
  Inc.  This purchase is for a national defense item and therefore
   restricted to U.S. sources.  *17E. other NOTES:  a written
  RFQ will be  issued with an anticipated award date of 12-20-96.
   Specs/Dwgs are not  required.  To obtain a copy of this solicitation,
  please send FAX  request to (215) 697-6333, or X1462 or X2978.
CITE: (I-339 SN008784)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, STACK SIKORSKY AIRCRAFT CORP. (78286)
SOL SP0500-97-Q-E579
DUE 122696
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Lee Schiller/HCB21/X6942 buyer:  L
  EE  Schiller/HCB21/X6942
DESC: PR-NO:  YPI96326000773 NSN 3110-00-947-6794, bearing, ball,
   stack; I/A/W Sikorsky Aircraft Corp., CAGE 78286/critical
  application  item....  4.3307 inches maximum @OVERALL outside
  diameter 3.6596  inches minimum and 3.6996 inches maximum 30
  -SE Del to New Cumberland PA  17070-5001 Del by 10 Dec 97.
   RFQ due date 96 Dec 26 specs:  bearing,  ball 30 1ST alt quantity:
   45 deliveries to CONUS(excluding Alaska)  delivery schedule:
   264 days offers will be evaluated with a 10%  preference for
  small disadvantaged business concerns this contract action
   is for S upplies 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/Fafnir, MRC Bearings  while price will be
  a significant factor in the evaluatio of offers, the  final
  contract award price will be based upon a combination of price
  and  delivery as described in section M of this solicitation
  specs/Dwgs are not  required to obtain a copy of this solicitation
  please FAX request to (215)  697-6333, X1462, X2978.
CITE: (I-339 SN008786)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O.
  Box 225, Stoneville, MS  38776-0225
SUBJECT: 36-COMBING MACHINE
SOL 97-4431-006
DUE 020897
POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361
DESC: The USDA, ARS, Mid South Area, Stoneville, Mississippi
  intends to procure a sole source, lease to purchase contract,
  with Hollingsworth Saco Lowell, Inc., P. O. Box 516, Greenville,
  SC 29602 for a combing machine cotton designed to accept 10-1/2"
  wide laps up to 20" in diameter.  Capability to run at an operating
  speed in excess of 250 nips/min. and to operate in two modes;
  feeding while detaching and feeding after detaching.  All interested
  parties may express their interest and ability to meet the
  requirements through submission of clear and convincing documentation
  on their product to the contracting Officer within 15 days
  after the date of this notice.  No solicitation documents exists
  and oral communications are not acceptable.  See Numbered Note
  22.
CITE: (I-338 SN008518)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: U.S. Department of the Interior, Office of Aircraft Services,
  4837 Aircraft Drive, Anchorage, Alaska 99502-1052
SUBJECT: 36--AIRCRAFT FUELING DISPENSERS
SOL RFQ8197-04
DUE 121796
POC Sally Turnbull, Procurement Technician, or Carolyn Petersen,
  Contract Specialist at (907) 271-3700.
DESC: Purchase of six (6) skid-mounted aircraft fueling dispensers.
  All refueling dispensers shall be new, manufacturer assembled
  and tested, currently in production, and with a proven track
  record of reliability.
CITE: (M-339 SN008898)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, Tyndall
  AFB, FL 32404-5526
SUBJECT: 38--ELECTRONIC CONE PENETROMETER TEST VEHICLE
SOL F08637-97-R0002
DUE 122096
POC TSgt M.V. Hooks, Contract Specialist, 904-283-8613, fax 904-283-8613,
  fax 904-283-3963, Msgt Brian J. Andrade, Contracting Officer.
DESC: The Contracting Office at Tyndall AFB, FL is seeking firms
  that can provide one each Electronic Cone Penetrometer Test
  Vehicle. Truck mounted cone penetrometer system for use by
  the AFCESA Pavements team as a contingency van for airfield
  pavement testing. The unit is assembled on a 10  ton GMC Topkick
  (or equal) dual speed truck chassis to specifications. Major
  features include a PTO hydraulic system, hydraulic  electronic
  cone penetrometer, hydraulic pop-up-top, all hydraulic pavement
  drill, and a built-in water tank for the pavement drill and
  added weight  during penetration measurements. Maximum  gross
  weight of the unit shall not exceed 28,000 pounds. Delivery
   to Tyndall AFB, FL. This is a presolicitation notice, and
  will not be followed by a  presolicitation conference. All
  responsible sources may submit an offer which will be considered.
  Request interested firms submit information  pertaining to
  their Management, Engineering, and Production capabilities
  to this office. Request companies that are interested in this
  acquisition furnish the afforementioned capabilities within
  one week of publication of this synopsis. Only written/faxed
  request for a copy of the solicitation and specifications will
  be honored. For additional information contact TSgt Hooks,
  Contract Specialist at (940) 283-8613.
CITE: (M-339 SN008914)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--SWIVEL, JAW AND JAW 30003 NAVAL AIR SYSTEMS COMMAND
SOL SP0500-97-Q-E455
DUE 123096
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Sharon Zeenkov/VBB51/X6975. buye R:
   Sharon  Zeenkov/VBB51/X6975.
DESC: PR-NO:  YPI96283004902 NSN 4030-00-838-1282, steel comp
  316 or steel  comp 440FSE or steel comp 203EZ or steel comp
  303 or steel comp 303MA or steel  comp 303PB or steel comp
  303SE or steel comp 303 plus X or steel comp 303CU or  steel
  comp 416 or steel comp 416SE or steel comp 416 plus X or steel
  comp 420F  or steel comp 420FSE or steel comp 430F or steel
  comp 430FSE or steel comp 440F   @SURFACE treatment passivate
  @OPENING width 0.650 inches nominal @LEG END  thickness 1.180
  inches nominal @REACH length 6.380 inches nominal 100 -EA 
  Del to Tracy CA 95376-5000 Del by 14 Dec 96.  RFQ due date:
   30 Dec 96.   Specs:  Dwg NR 30003 2554966 Rev F PC 2 DTD 77
  Jan 12.  Primary quantity:   100.  Deliveries to CONUS (excluding
  Alaska).  Delivery schedule:  90  days ADO.  NOTES 1 and 9
  apply.  Size standard:  500.  To obtain a  copy of this solicitation,
  please send FAX request to (215) 697-6333 or  X1462 or X2978.
CITE: (I-339 SN008904)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 41--REFRIGERATOR, PREFABRICATED 398 CU FT, WALK-IN,
  ONE DOOR  IN CENTER OF UNIT
SOL SP0500-97-Q-E951
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Stella Schindler/WFA11/X3292 buye R:
   Stella  Schindler/WFA11/X3292
DESC: PR-NO:  YPI96269000999 NSN 4110-01-391-3375, @ITEM  namerefrigerator,
  prefabricated @CAPACITY and LOCATION398.0 cubic feet  nominal
  R efrigerated storage @UNIT typewalk-in @OVERALL WIDTH96.000
   inches nominal @OVERALL LENGTH96.000 inches nominal @OVERALL
  HEIGHT100.000  inches nominal @REFRIGERATING equipmentincluded
  @PRIME mover horsepower  RATING1.000 @ENDLESS combination featurenot
  included @STAND-BY gasoline  enginenot included @OPENING for
  portable refrigeration equipmentnot  provided 10 -EA Del to
  Ft Bragg NC 28307 Del by 08 Nov 96.  RFQ due date  97 Jan 17
  specs:  P/N h-88 predominant mater:  overall lengths 96.000
   inches nominal primary quantity:  10 delivery schedule:  60
  days ADO  offers will be evaluated with a 10% preference for
  small disadvantagaed  business concerns this purchase is for
  a national defense item and  therefore restricted to U.S. sources
  while price will be a significant  factor in the evaluation
  of offers, the final contract award price will be  based upon
  a combination of price and delivery as described in section
  M of  this solicitation specs/Dwgs are not required to obtain
  a copy of this  solicitation please FAX request to (215) 697-6333,
  X1462, X2978.
CITE: (I-339 SN008785)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 42--TUBE ASSEMBLY. ON M1A1 TANKS.  FIRST ARTICLE TEST
  REQUIRED  PER PARA. 4.1.2.2 OF
SOL SP0750-97-X-0502
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96311000999 NSN 4210-01-340-2374, CAGE 19207
  Part No  12347189 tube assembly. per army drawing 19207 12347189.
   7 -AY Del to  McClellan AFB CA 95652-1621 Del by 210 days
  after date of award.  See  NOTE 1.  Small business size standard
  is 500 employees.  Solicitation  not available until 15 days
  after published in the CBD.  Written requests  for drawings
  are to be submitted to Defense Supply Center, Columbus,  Attn:
  DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX 
  (614)692-2998 or Call (614)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-339 SN008624)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PARTS KIT, FLUID PRESSURE FILTER.  IN X200-4 TRANSMISSION.
SOL SP0750-97-Q-0408
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Kreston Harris (614 ) 692-4680
DESC: PR-NO:  YPC96311001019 NSN 4330-01-214-9303, CAGE 19207
  Part No  5703232 CAGE 73342 Part No 5703232 CAGE 90005 Part
  No 1742558-06 parts kit,  fluid pressure filter.  Used in GM
  X200-4 transmission.  General Motors  Corp, CAGE 73342, part
  number 5703232, and Purolator Products Co, CAGE  90005, part
  number 1742558-06.  360 -KT Del to Mechanicsburg PA  17055-0789
  Del by 120 days after date of award.  149 -KT Del to Tracy
  CA  95376-5000 Del by 120 days after date of award.  149 -KT
  Del to  Texarkana TX 75507 Del by 120 days after date of award.
   Solicitation not  available until 15 days after published
  in the CBD.  Specifications, plans  or drawings are not available.
   Automated Best Value Model (ABVM) applies.   While price may
  be a signficant factor in the evaluation of offers, the final
   award decision will be based upon a combination of price and
  past  performance as described in the solicitation.  Delivery
  Evaluation Factor  (DEF) applies.  While price is a significant
  factor in the evaluation of  offers, the final award decision
  will be based upon a combination of  price and past performance
  as described in this solicitation.  All  responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-339 SN008625)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Shore Intermediate Maintenance Activity, Code 4500, 3755
  Brinser Street, Ste. 1, San Diego, CA 92136-5299
SUBJECT: 43--PUMPS AND COMPRESSOR PARTS
SOL N65918-97-Q-DC22
DUE 010997
POC Deborah Crowder, (619) 556-0723, FAX: (619) 556-2156 or Contracting
  Officer Jose L. Mangubat, (619) 556-2142.
DESC: Jacking Screw, P/N: 0D2894806, qty: 1 ea; Support Fixture,
  P/N: 0D2894807, qty: 1 ea, Centralis Sleeve, P/N: 0D2894811,
  qty: 2 ea; Blanking Plate, P/N: 0D2894803, qty: 1 ea; Dummy
  Plunger, P/N: 0D2894801, qty: 1 ea; Dummy Plunger, P/N: 0D2894802,
  qty: 1 ea; Spill Pipe, P/N: 0D2894809, qty: 1 ea; Reference
  Pump, P/N: 0D28946, qty: 1 ea; Service Tool Holder, P/N: 0D2894902,
  qty: 1 ea; Test Nozzle, P/N: 0D2894903, qty: 1 ea; Injection
  Pipe, P/N: 0D2894904, qty: 2 ea; Adj Screw Assy, P/N: 0D2894910,
  qty: 1 ea; Setting Gauge, P/N: 0D2894905, qty: 1 ea;  Setting
  Gauge, P/N: 0D2894906, qty: 1 ea; Setting Gauge, P/N: 0D2894907,
  qty: 1 ea; Setting Gauge, P/N: 0D2894908, qty: 1 ea; Setting
  Gauge, P/N: 0D2894909, qty: 1 ea; Setting Gauge, P/N: 0D2894909,
  qty: 1 ea; Setting Piece, P/N: 0D2894804, qty: 1 ea; Trolley
  Set, High Pressure, P/N: 0D2894804, qty: 1 ea; Connecting Pipe,
  P/N: 0D2894810, qty: 1 ea; 32mm A/F Bi-Hex Socket, P/N: 0D28541,
  qty: 2 ea; Dummy Nozzle, P/N: 75/638, qty: 1 ea; Injector Nozzle,
  P/N: Y3J72801, qty: 1 ea; High Red Ban Datum Nozzle, P/N: 0D30007N,
  qty: 1 ea: Mfg Gec Alsthom Diesels, Inc. See note 22
CITE: (M-339 SN008908)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--HEATER, WATER, LIQUID FUEL.  GLASS LINED TANK, 68
  GALLON  STORAGE CAPACITY, RECOVERY 180 GPH,
SOL SP0770-97-Q-MB19
DUE 010997
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) Jan  Moore X 614-692 -2466
DESC: PR-NO:  YPC96270001474 NSN 4410-00-459-2863, CAGE 07810
  Part No  72E heater, water, liquid fuel.  Bock Corp. P/N 72E.
   22 -EA Del to  Tracy CA 95376-5000 Del by 29 May 97 OR 120
  days after award.  The  following NOTE is applicable (1). 
  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:  Bock  Corp (07810) 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-339 SN008622)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 45--PROBE ASSY, HEATER NEXT HIGHER ASSYHOWELL INSTRUMENTS
  MODELS
SOL SP0740-97-Q-0282
DUE 011697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Robert Schneider/ADA A5/(614)692-1743
DESC: PR-NO:  YPC96235001060 NSN 4540-00-068-1446, CAGE 98869
  Part No  BH3879-40 heater, probe assembly. Howell instruments
  Inc.  P/N  BH3879-40. no additional technical data available
  at DCSC for this  solicitation.  95 -EA Del to Tinker AFB OK
  73145-9013 Del 90 days after  award.  Small business size standard
  is 500 employees.  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 this solicitation.automated
  best  value model(ABVM) and delivery evaluation factor(DEF)
  apply.  While price  is a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combination
  of price, delivery, and past  performance as described in the
  solicitation.
CITE: (I-339 SN008638)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 47-PARTS KIT,HOSE ASSE - AND SIMILAR REPLACEMENT PART
SOL N0010497RCA49
DUE 011797
POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax,
  (717)790-2612, Twx, Not-avail, Contracting Officer, Jodene
  R. Watkins, 02111, (717)790-4253
DESC: NSN 1H-4720-01-413-9058, SPEC NR TDP VER 001, Qty 146 KT,
  Deliver to Defense Distrbution Depot San Diego San Diego CA
  , Receiving Officer Fisk Norfolk Norfolk VA , Contract 100
  Percent Small Business Set Aside--It is the intent of the Government
  to award a Indefinite Quantity Contract  (IQC) as the result
  of this solicitation.  Information regarding this type of 
  contract can be found at FAR 16.5, 16.504 and 52.216-22.  
  All offers will be evaluated on the basis of the aggregat total
  price for  items 0001AA, 0001AC, 0001AD, 0001AE, 0001AF, 0002AA,
  0002AC, 0002AD, 0002AE  and 0002AF. The total evaluated price
  shall be determined by multiplying the  offered unit price
  by the estimated yearly requirement.   It is anticipated that
  the first order will be for 147 units for item 0001 and  146
  units for item 0002. The order will be placed concurrently
  with the basic contract.   The minimum quantity for this IQC
  is 147 units for item 0001 and 146 units for  item 0002.  The
  Government does not guarantee ordering any more than the  contract
  minimum for each item.  The contract maximum is 294 units for
  each  item.  Offerors are required by the solicitation to perform
  a pre-proposal  performance demonstration on the PJHS kits
  and provide the test results as  part of their proposal.  The
  demonstration shall be witnessed by a representative from NAVSEA.
   All potentialofferors shall contact the Contract Specialist
  at NAVICP within fifteen (15) days after the issuance of the
  the  RFP to schedule NAVSEA participation.   All offerors are
  required to submit a bid sample with their proposal.  The bid
   sample shall consist of the following: One 3/4 inch, one 1
  1/2 inch and one 2  1/2 inch PJHS jumper fitting.  the samples
  will be visually evaluatedagainst  the requirements of the
  specification.  The bid samples will be returned after  the
  contract award., See Note 9
CITE: (I-339 SN008869)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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, REGULATOR.
SOL SP0770-97-Q-MG40
DUE 011597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96289001787 NSN 4820-01-003-1395, CAGE 06848
  Part No  367148-1 CAGE 99193 Part No 367148-1 valve, regulator.
  Alliedsignal Inc.  (06848), P/N 367148-1.  357 -EA Del to Kelly
  AFB TX 78241-5312 Del 120  days after date of award.  Solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This 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: 
  Alliedsignal.  Inc.  All responsible sources may submit offer
  which DCSC shall consider.
CITE: (I-339 SN008623)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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, SAFETY RELIEF
SOL SP0770-97-Q-MG17
DUE 011597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96305000987 NSN 4820-01-220-4275, CAGE 55284
  Part No  2607657-1 CAGE 91816 Part No V9-4305D valve, safety
  relief. circle seal  controls Inc part number V9-4305D.  135
  -EA Del to Jacksonville FL  32212-0097 Del 150 days after date
  of award.  100 -EA Del to Norfolk VA  23512-0001 Del 150 days
  after date of award.  180 -EA Del to New  Cumberland PA 17070-5001
  Del 150 days after date of award.  170 -EA Del  to Tracy CA
  95376-5000 Del 150 days after date of award.  Solicitation
   not available until 15 days after published in the CBD.  Specifications,
   plans or drawings are not available.  This acquisition is
  for supplies for  which the 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: 
  Alliedsignal, Inc. South Bend, IN.  Circle seal  controls,
  Inc. Corona, CA.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-339 SN008642)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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, BALL.
SOL SP0750-96-Q-0405
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96317001804 NSN 4820-01-104-4613, CAGE 01417
  Part No  12304769 CAGE 19207 Part No 12304769 valve, ball.
  I/A/W army  dwg.12304769 and all related drawings and their
  latest revisions.  113 - EA Del to New Cumberland PA 17070-5001
  Del by 390 days after date of award.   47 -EA Del to Tracy
  CA 95376-5000 Del by 390 days after date of award.   81 -EA
  Del to Anniston AL 36201 Del by 390 days after date of award.
    See NOTE 1.  Small business size standard is 500 employees.
    Solicitation not available until 15 days after published
  in the CBD.   Written requests for drawings are to be submitted
  to Defense Supply Center,  Columbus, Attn: DSCC-VTRD, P.O.
  Box 3990, Columbus, OH 43216-5000,  by FAX (614)692-2998 or
  Call (614)692-2344.  Requests should include the  IFB/RFP/RFQ
  number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's
   name and your complete name and address.  Federal, military
  and  commercial specifications cannot be provided by DSCC.
   Automated Best  Value Model (ABVM) applies.  While price may
  be a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance, as described in the solicitation.   Delivery
  Evaluation Factor (DEF) applies.  While price is a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of of price and past performance
  as described in this  solicitation.  Automated Best Value Model
  (ABVM) and Delivery Evaluation  Factor (DEF) apply.  While
  price is a significant factor in the evaluation  of offers,
  the final award decision will be based upon a combination of
   price, delivery, and past performance as described in the
  solicitation.   All responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-339 SN008646)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 48 -- VALVE, SOLENOID
SOL DAAJ09-97-Q-0106
POC Janis Jones, Contract Specialist, AMSAT-A-PLBB, 314-263-0778
  or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779.
  Datafax Number 314-263-9012.
DESC: The synopsis that appeared in the CBD issue 24 Oct 96 is
  amended to change the Request for Proposal Number DAAJ09-97-R-0046
  to DAAJ09-97-Q-0106.
CITE: (I-339 SN008742)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 51--WRENCH, IMPACT, ELECT
SOL DAAE0796RT709
DUE 020397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Patricia Trueman
  (810) 574-8055
DESC: NSN:  5130013096589, qty:, FOB:  origin, opt:  none item:
    wrench, impact. PN:  12369282. qty:  three year Ind efinite
  quantity  type contract. mininum 3 year quantity:  448. maximum
  3 year quantity:   1680. 1ST program year estimated qty:  560.
  2ND program year estimated  qty:  560. 3RD program year E see
  NOTE:  none.  All responsible S  ources may submit an offer
  which will be considered.  T HE offer due date is  on or about
  020397 (see soliciatio N for actual offer due date).
CITE: (I-338 SN008522)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-BRACKET,MOUNTING
SOL N0038397QM104
DUE 011397
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-5340-01-131-0499-TN, Ref Nr 5031T49P01, Qty 179 EA,
  Delivery FOB Origin-----.  NO drawings., See Note 22
CITE: (I-339 SN008679)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 53 -- BOLT, MACHINE
SOL DAAJ09-96-R-0511
POC Sharon Jamroz, Contract Specialist, AMSAT-A-PLBB, 314-263-0777,
  Contracting Officer, Carol M. Woerheide, AMSAT-A-PLBB, 314-263-0779,
  Fax 314/263-9012.
DESC: NSN: 5306-01-331-2591, P/N: HS5683-8-21. The synopsis which
  appeared in the CBD issue 24 Oct 96 is amended to include that
  the proposed contract is 100% set aside for small business
  concerns. The acquisition is limited to the following approved
  sources: LFC Industries, Arlington, TX; Apex Mfg., North Hollywood,
  CA, Tempco Engineering Inc., Sun Valley, CA., Air Industries
  Corp., Garden Grove, CA, Bristol Ind., Brea, CA; and Space
  Lok, Burbank, CA. See Numbered Note(s): 1.
CITE: (I-339 SN008743)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, WIRE, ROTOR
SOL SP0500-97-Q-6459
DUE 011597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  J. Lewicki/LAC20/X2349. buyer:  J 
  Lewicki/LAC20/X2349.
DESC: PR-NO:  YPI96291000598 NSN 5330-01-131-4766, 2,740 -EA
  Del to  Jacksonville FL 32212-0097 Del by 13 Dec 96.  RFQ due
  date:  15 Jan 97.   Specs:  99207 4080T45 Rev B P01.  Primary
  quantity:  2740 deliveries to  CONUS (excluding Alaska).  Delivery
  schedule:  120 days required.   NOTES 12,1 and 9 apply.  Size
  standard:  500.  While price will be a  significant factor
  in the evaluation of offers, the final contract award  price
  will be based upon a combination of price and delivery as described
   in section M of this solicitation.  To obtain a copy of this
  solicitation,  please send FAX request to (215) 697-6333, or
  X1462, OR 2978.
CITE: (I-339 SN008905)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVG), Rock Island, IL
  61299-7630
SUBJECT: 53 -- LEVER, LOCK RELEASE
SOL DAAE20-97T0072
DUE 021197
POC Contract Specialist: Sheri Gross (309) 782-4857, PCO: Brian
  W. Schmidt (309) 782-8490
DESC: 5340-01-144-1499, Part Number 9349113. Requirements are
  7,859 each Lever, Lock Release. For use on the M16A2 Rifle.
  FOB is Destination. Statistical Process Control is required.
  First Article Test is required. All or part of this action
  is an unfunded FY97 requirement. Estimated issue date of this
  solicitation is 122796. Bidders are hereby notified of the
  following requirement: In order to receive the solicitation
  and technical data package, all bidders are required to execute
  a nondisclosure agreement binding each bidder to the terms
  and conditions of the agreement. Copies of the nondisclosure
  agreement shall be requested from ACALA, ATTN: AMSTA-AC-PCW-C/Ms.
  Sheryl Gross, Rock Island, IL 61299-7630. The nondisclosure
  agreement must be signed by an official authorized to legally
  bind the company. Upon execution of the nondisclosure agreement,
  return an original copy, certified mail to the above address.
  The nondisclosure agreement will be available prior to the
  issuance of the solicitation. Bidders are encouraged to request,
  complete, and return the agreement as soon as possible. Failure
  to properly address requests for solicitation in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE)(if a CAGE
  code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309) 782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-339 SN008944)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue,
  Chambersburg, PA 17201-4152
SUBJECT: 56-CONTRACTOR OPERATED SHOP STORE
SOL DAAC67-97-R-0009
DUE 011797
POC Point of Contact - Carmine B. Unger, Contract Specialist,
  717-267-9810 x307. Contracting Officer, Brenda S. Earnest,
  717-267-9817 x260
DESC: The Contractor shall furnish all personnel, labor, equipment,
  materials, transportation and packaging to provide Building,
  Air Conditioning, Electrical and Plumbing/Heating Supplies
  as a Contractor Operated Shop Store in accordance with the
  specification to Letterkenny Army Depot, Chambrsburg, PA. 
  The Contractor Operated Shop Store must be located within a
  15 mile radius of Letterkenny Army Depot.  This contract will
  be for one base year and 4 option years.  The solicitation
  contains provisions for Multiple Awards.  All responsible offerors
  may submit a proposal which will be considered.  Only written
  requests for solicitation packages will be accepted.  There
  is a $100.00 charge for this solicitation package.  Certified
  check, cashier's check or money order must accompany the request
  and should be made payable to the US Department of Treasury.
   Requests accompanied with a personal or company check will
  not be honored.
EMAILADD: tkeller@letterkenn-emhl.army.mil
EMAILDESC: 
CITE: (D-339 SN008658)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Administrative Support Center East, Office of Contracting,
  Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA
  17070-5001
SUBJECT: 56--2A MODIFIED STONE
SOL SB3100-6325-9035
DUE 011097
POC Diane M. Peifer, Contract Specialist, 717-770-4613 or R.
  C. Souto, Contracting Officer, 717-770-6206
DESC: The Defense Distribution Depot Anniston located in Anniston,
  AL has a requirement for the procurement of 12,000 tons of
  2A Modified Stone (Dense Graded Base 1-1/2" - #200 approximate
  size).  The proposed contract is 100% set aside for small business
  concerns.  The associated standard industrial code is 5032
  and the small business size standard is 500 employees.  The
  Government's total requirement of 12,000 tons must be quoted
  FOB Destination to Defense Distribution Depot Anniston, Anniston,
  AL 36201.  Stone deliveries will be required beginning  approximately
  in June 1997; however, actual required delivery dates will
  be coordinated with a designated point of contact at the Defense
   Distribution Depot Anniston.  This request for oral quotation
  and the resultant contract award are being processed in accordance
  with Simplified Acquisition Procedures.  A written request
  for quotation will not be issued.  All responsible small business
  concerns may submit a quotation  for the above specified stone,
  which if received by 3:00PM ET on January 10, 1997, shall be
  considered.  Oral or fax quotations will be accepted by calling
  the Contract Specialist listed above or by faxing quotation
  to 717-770-5689.  See Note 1.
LINK http://www.dla.mil
LINKDESC: 
EMAIL d_peifer@smtp.ddre.dla.mil
EMAILDESC: 
CITE: (W-339 SN008684)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box
  25047, Denver, CO, 80225-0047
SUBJECT: 56 -- FENCING MATERIAL, BATTLE MTN. DISTRICT
SOL 1422-N670-Q97-0019
DUE 013097
POC Rex Thomsen, Contracting Officer, (303) 236-9443.
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,
  quotations are being requested and a written solicitation will
  not be issued. The solicitation number is 1422-N670-Q97-0019
  and is being issued as a request for quotations. The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-42. This
  is a 100% set aside for small business, SIC code is 3312 and
  size standard is 1,000 employees. This requirement is for a
  firm fixed price contract for: Line Item 1, "T" Posts, 22,000
  each; Line Item 2, Barbed Wire, 80 rods/roll, 832 rolls; Line
  Item 3, Barbless Wire, 80 rods/roll, 288 Rolls; Line Item 4,
  Fence Clips, 50/Package, 2,200 Packages; and Line Item 5, Fence
  Stays, 100/Bundle, 220 Bundles. Description. Barbed Wire: Two
  twisted wires of 12 =-gauge galvanized wire with 2-point barbs
  of 14-gauge wire spaced 4 inches apart. Wire and barbs shall
  be zinc-coated steel, with a zinc coating of at least 0.3 oz.
  per sq. ft. of coated surface area and a minimum breaking strength
  of 950 lb-force in accordance with ASTM A 121. Barbless Wire:
  Two twisted wires of 12 =-gauge galvanized wire. Wire shall
  be zinc-coated steel, with a zinc coating of at least 0.3 oz.
  per sq. ft. of coated surface area and a minimum breaking strength
  of 950 lb-force in accordance with ASTM A 121. Wire Fence Stays:
  Shall be one of the following: 1) Twisted wire fence stay manufactured
  from smooth galvanized 9 =-gauge (minimum) wire or 2) Two-piece-wire
  stays manufactured from smooth galvanized 9 =-gauge (minimum)
  wire. Steel Fence Posts: Steel post shall be painted all green,
  "T" or "U" (channel) bar type, with a welded or riveted anchor
  plate, attached so the top of the plate is not more than 18
  inches from the bottom of the post. Steel fence posts shall
  be in accordance with ASTM A 702. Steel posts shall be manufactured
  from wrought, rail, or new billet steel, and shall weigh a
  minimum of 1.33 lb. per ft. exclusive of the anchor plate,
  which shall weigh a minimum of 0.67 lb., and shall be a minimum
  of 18 sq. inches in area. Fence Stays: Shall be clip-type wire
  fasteners with a zinc coating of at least 0.3 oz. Per sq. ft.
  (Punched tabs for fastening wire are not acceptable). Fence
  Stays shall be in accordance with ASTM A 702. Delivery required
  on or before March 1, 1997. The required material shall be
  delivered F.O.B. Destination. Delivery shall be made between
  the hours of 8:30 a.m. and 3:30 p.m., Monday through Friday,
  holidays excluded. Delivery shall be made to the following
  location: Bureau of Land Management, Battle Mountain District
  Office, 50 Bastian Road, Battle Mountain, Nevada 89820. FEDERAL
  ACQUISITION REGULATION provision 52.212-1, Instructions to
  Offerors--Commercial, applies to this acquisition, with the
  following addenda: Per FEDERAL ACQUISITION REGULATION 12.603(b)
  the SF 1449 is not used. Paragraph (h), Multiple award - Delete
  entire paragraph and substitute: Award. Offers will be received
  on an all or none basis. Award will be made to the lowest responsive
  and responsible offeror based upon the unit price quoted. Offerors
  shall include a completed copy of the FEDERAL ACQUISITION REGULATION
  provision at 52.212-3, Offeror Representations and Certifications--Commercial
  Items, with their offer. FEDERAL ACQUISITION REGULATION clause
  52.212-4, Contract Terms and Conditions--Commercial Items,
  applies to this acquisition, with the following addenda: FEDERAL
  ACQUISITION REGULATION 52.219-6, Notice of Total Small Business
  Set-Aside. FEDERAL ACQUISITION REGULATION clause 52.212-5,
  Contract Terms and Conditions Required to Implement Statutes
  Or Executive Orders--Commercial Items, applies to this acquisition,
  along the following additional FEDERAL ACQUISITION REGULATION
  clauses cited in the clause: 52.222-26, Equal Opportunity,
  52.222-35, Affirmative Action for Special Disabled and Vietnam
  Era Veterans, 52.222-36, Affirmative Action for Handicapped
  Workers, 52.222-37, Employment Reports on Special Disabled
  Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American
  Act - Supplies. Request for Quotations must be received on
  or before close of business, January 30, 1997. Quotations sent
  via the US Postal Service should be mailed to Bureau of Land
  Management, BC-670B, Denver Federal Center, P.O. Box 25047,
  Denver, CO 80225-0047. All RFQ's not sent through the US Mail
  will be considered hand carried and direct delivered. Hand
  carried RFQ's must be delivered directly to and placed in the
  depository at Bureau of Land Management, BC-670B, Mail Room,
  Entrance S-4, Building 50, Denver Federal Center, Denver, CO
  80225-0047. Direct delivery of offers is only possible weekdays,
  excluding federal holidays, between the hours of 8:00 am and
  4:00 pm. See Numbered Note(s): 1.
CITE: (I-339 SN008934)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander (fcp-2), Maintenance and Logistics Command
  Pacific, Coast Guard Island, Bldg.  54-A, Alameda, CA 94501-5100
SUBJECT: 58--PURCHASE OF FOUR (4) COMMUNICATION ANTENNAS
SOL DTCG89-97-R-612300
DUE 121396
POC BID Issuing clerk (510) 437-3006, Contracting Officer, Jewell
  D. Lee.
DESC: The purpose of this modification is to amend Solicitation
  No. DTCG89-97-R-612300, advertised in the CBD on 11-20-96 as
  follows: change the classification code from 36 to 58 and delivery
  requirement to: 1313th Medium Port Command, c/o Sampson Tug
  & Barge, 6700 West Marginal Way, Seattle, WA 98106. The Coast
  Guard has arranged for a barge to transport the equipment from
  Seattle to Kodiak. The shipping requirement for GSA Overseas
  Packaging is deleted in its entirety and replaced by, ``preservation,
  packaging shall be in accordance with good commercial practices
  to assure delivery without damage to Kodiak, Alaska.'' Each
  package shall be marked with the contract number, and name
  and address of the contractor, on the outside of the packing
  container for indentification purposes.
CITE: (M-339 SN008691)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 58 -- PROCUREMENT OF SIX ADDITIONAL NODES FOR PMRF SWTR
SOL N00019-96-C-0191
POC Contact, Christie Savage, Phone (703)604-2119
DESC: The NAVAL AIR SYSTEMS COMMAND (NAVAIR) awarded Contract
  N00019-96-C-0191 to SAIC for the Pacific Missile Range Facility
  (PMRF) Shallow Water Training Range (SWTR) in August 1996.
  NAVAIR intends to procure six (6) additional nodes on a sole
  source basis from SAIC to fully intrument the PMRF SWTR area.
  These six nodes will be installed with the one hundred and
  twelve (112) nodes purchased via Contract N00019-96-C-0191.
  This procurement will be sole source to SAIC because the six
  additional nodes need to be fully integrated into the system
  design of the original 112. Additionally, all nodes need to
  be installed together to ensure system functionality. Finally,
  the sole source procurement to SAIC will be the most cost effective
  for fully instrumenting the PMRF SWTR. Any responses to this
  synopsis should be addressed to Christie Savage at (703)604-2119
  X3342. - NAVAIR Synopsis No. 50065-96.
CITE: (I-339 SN008765)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-ANEW INTERFACE
SOL N0038395G020J
DUE 010397
POC Contact Point, Eugene J Zmijewski, 0225.01, (215)697-6543,
  Fax, (215)697-3746, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5998-LL-BGD-D513-FP, Ref Nr 7354610-01, Qty 12 EA, Delivery
  FOB Origin----- This notification is to add additional repair
  requirements to Basic  Ordering Agreement N00383-95-G-020J.
  The quantity shown is an estimated repair quantity only. In
  addition to this item, other P-3 Aircraft CP-2044/ ASQ-212
   System repairables are anticipated to require repair. Due
  to the  unavailability of drawings, only Lockheed Martin Tactical
  Defense Systems; the  original equipment manufacturer, is solicited
  for this requirement. Any other  interested parties should
  contact NAVICP Source Development at 215-697-5717  for information
  regarding technical qualification for future repair  requirements.,
  See Note 22
CITE: (I-338 SN008608)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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-ELECTRON TUBE
SOL N0038397RA037
DUE 011397
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-5960-00-140-1598-CS, Ref Nr L-5342-01, Qty 30 EA, Delivery
  FOB Origin--Drawings are not available from NAVICP-Philadelphia.
  ---, See Note 22
CITE: (I-338 SN008609)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 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 ASSY
SOL N0038397Y1509
DUE 010297
POC Contact Point, Lucinda P Williams, 0234.09, (215)697-3338,
  Fax, (215)697-3340, Twx, Not-avail
DESC: NSN 7R-5998-01-242-3876-XE, SPEC NR (07187)4046990-901,
  Ref Nr N/A, Qty 1 EA, Deliver to Receiving Officer Bldg 147
  Cherry Point NC , Receiving Officer Oak Harbor WA --THERE IS
  NO PROCUREMENT HISTORY AVAILABLE AT THIS TIME.  THIS IS A SOLE
  SOURCE  PROCUREMENT. DRAWINGS ARE NOT AVAILABLE., See Note
  22
CITE: (I-338 SN008610)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--TRANSFORMER, POWER
SOL SP0905-96-Q-2668
DUE 010797
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:  YPE96043000594 NSN 5950-01-274-5139, CAGE 04801
  Part No  920-13234 5 -EA Del to Hill AFB UT 84056-5734 Del
  5 EA within 180 days 3  each every 30 days thereafter. other
  then full and open competition:   part numbered item. products
  offered clause applies.  Set-aside type:   unrestricted (sole
  source/single source) (no preference), size standard:   750.
   All responsible sources may submit offer which DESC shall
  consider.
CITE: (I-339 SN008648)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--GATE ASSEMBLY
SOL SP0960-96-Q-6251
DUE 122796
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:  YPE96221000322 NSN 5963-01-220-4433, CAGE 55972
  Part No  2800025-1 CAGE 55972 Part No 2800025-2 CAGE 55972
  Part No 2800025-3 6 -EA  Del to Mechanicsburg PA 17055-0789
  Del by 30 Nov 96.  Written  solicitation buyer name:  E. Jamison/ext.
  692-7410 Co name:  T.  Woodgeard/ext. 692-7373 other than full
  and open competition:  part  numbered item.products offered
  clause applies.  Line quantity DODAAD  destinations 1 7 SW3100
  Mechanicsburg PA 17055-0789 1 8 W62G2T Stockton CA  95296-0130
  various increments solicited:  from 1 to 9/from 10 to 15/ from
   16 to 21/from 22 to 30.  PR quantity:  7 EA.  More than 3
   DESTINATIONS-(Y/N):  N delivery schedule:  150 set-aside type:
    unrestricted (sole source/single source) (no preference)
  size standard:   500 PR YPE96302000956 is also included with
  synopsis.  All responsible  sources may submit offer which
  DESC shall consider.
CITE: (I-339 SN008649)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--LOUDSPEAKER, PERMANENT MAGNET
SOL SP0970-97-Q-A093
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:  YPE96222000487 NSN 5965-00-892-3665, CAGE K0662
  Part No  28818-40001 CAGE 81349 Part No LS-445/U power rating:
   2 Watts normal, 4  Watts peak impedance rating in ohms:  7.0
  voice coil nominal and 9.0 voice  coil nominal.  Freq response
  range in Hz:  300.0 to 7000.0 style  designator:  6 square.
   2,102 -EA Del to Richmond VA 23297-5900 full  and open competition:
   military specification item.  Various increments  solicited:
   1500-1999, 2000-2499, 2500-4999.  PR quantity:  2102 EA. 
   Line 1 quantity 2102 -SW0400 Richmond VA 23297-5900 delivery
  schedule:   deliver entire quantity within 90 days ADO.  Set-aside:
   total small  business set-aside.  Size standard:  750 all
  responsible sources may submit  offer which DESC shall consider.
CITE: (I-339 SN008650)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--RELAY, ROTARY
SOL SP0930-97-Q-A100
DUE 012097
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96327000518 NSN 5945-00-790-0507, CAGE 58657
  Part No  L545-2 CAGE 98897 Part No 695678-5 contact maximum
  voltage rating in volts:   28.0 contact maximum rated current:
   any acceptable. DC operating  voltage rating in volts:  28.0NOMINAL
  12 -EA Del to Mechanicsburg PA  17055-0789 Del by 01 Apr 97.
   9 -EA Del to Lathrop CA 95330 Del by 01  Apr 97.  Other than
  full and open competitiom:  part numbered item.  products offered
  clause applies.  Solicited various increments from:  1  to
  50 PR qty:  21 EA delivery schedule:  180 days standard size:
   500  set-aside type; unrestriccted (sole source/single source
  (no preference)  all responsible sources may submit offer which
  DESC shall consider.
CITE: (I-339 SN008655)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-MICROCIRCUIT,LINEAR
SOL 962920034
DUE 012397
POC Contact Point, Lisa A Zimmermann, 0222.04, (215)697-1178,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 1R-5962-01-326-8701-GF, SPEC NR TDP VER 007, Qty 1066
  EA, Delivery FOB Origin, Approx Due Date O/A Jan 23 97-- Drawings
  not available., See Note 22
CITE: (I-339 SN008680)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQJ), Rock Island , IL
  61299-7630
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAE20-97T0059
DUE 012797
POC Contract Specialist: Marilyn Williamson (309) 782-5108, PCO:
  John E. Holmgren (309) 782-4836
DESC: 5999-01-076-6888, Part Number 12279321. Double sided circuit
  board 6.4 inch by 4 inch with plated through holes. Requires
  inserting components, soldering and testing of complete assembly.
  Requirements are 79 ea Circuit Card Assembly. For use on the
  M1 Abrams Tank. ANSI/ISO/ASQC Q9002 inspection criteria required.
  FOB is Destination. Proposed contract is a 100% small business
  set-aside. First Article Test is required. All or part of this
  action is an unfunded FY97 requirement. Estimated issue date
  of this solicitation is 122696. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance with solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE) (if a CAGE code has been assigned
  to you) along with your name, address, datafax number, and
  solicitation number. The fax number for requests is (309)782-4728.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All ACALA solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS can be accessed electronically, 24 hours
  a day, using a modem set to dial (309)782-7648. Terminal emulation
  should be VT100, no parity, 8 data bits and 1 stop bit. Once
  connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD"
  prompt depress the "ENTER" key. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis.
CITE: (I-339 SN008752)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Surface Warfare Center, Crane, IN 47522-5001
SUBJECT: 59 -- 40W TRAVELING WAVE TUBES
SOL N00164-97-R-0022
POC Contact Point, Roger Brett, Code 1163WH, Bldg. 3168, 812-854-5269,
  fax 812-854-1841
DESC: This procurement will be a sole source procurement to Hughes
  Telecommunications & Space Co., Electron Dynamics Division,
  Torrance, CA. for 40W Traveling Wave Tubes (TWTs)--See numbered
  note 22 and 26. There will be a basic quantity of 56 tubes
  with an option for an additional 16 tubes. Tubes will be manufactured
  in accordance with WS-9937/4B and NAVORD Drawing 10001-2913460
  Revision H and NAVSURFWARCENDIV Statement of Work. Inspection/acceptance
  will be at destination, with delivery FOB destination at Naval
  Surface Warfare Center, Crane, IN. Delivery of the basic quantity
  will be required at a rate of 5 per month starting in May 1997,
  ending with a final delivery of 6 in March 1998. The option
  quantity delivery requirements will be 5 per month starting
  in April 1998 and ending with a final delivery of 6 in June
  1998. The solicitation is expected to be issued on or about
  15 January 1997, closing on or about 14 February 1988. All
  responsible sources may submit an offer.
CITE: (I-339 SN008982)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-A048
DUE 011097
POC AMSMI-AC-CDCB, Jennifer Simmons Contract Specialist, 205/876-5262
  AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205 842-7630.
DESC: Synopsis No. 5383-96 (MA) NSN 5998-01-315-9636, Army P/N
  11466859, 44 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
  opportunities in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to Raytheon Co., Electronics Systems
  Div., 350 Lowell Street, Andover, MA 01810. 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 5998-01-315-9636, Awd Date 060396,
  Qty 17, Unit Price $3,638.00. The Government provides this
  price history without assuming the responsibility for any resulting
  conclusions or interpretations that may be made. The price
  history is provided for informational purposes only and should
  not be relied upon as a basis for offer/bid. Adequate drawings,
  specifications, or other technical data are not available for
  this procurement and will not be furnished. Potential offerors
  are encouraged to pursue qualifications for future buys in
  accordance with MICOM Pamphlet 702-1 available through Internet.
  See Numbered Note(s): 22.
CITE: (I-339 SN008986)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: Source Development Office, Oo-ALC/BC, 6038 Aspen Ave.,
  Hill Air Force Base, UT 84056-5802
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL BC-024
POC Barry Nielsen/BC (801) 777-9993.
DESC: Potential sources of supply are being sought for a 128K
  EEPROM Circuit Card Assembly, P/N 762R98G01, NSN 5998-01-294-2233,
  used in the Radar Computer system, AN/APG-66 Radar System on
  the F16 A/B aircraft. The intent is to allow a contractor the
  freedom to manufacture the subject circuit card using current
  technology and design that might not be a virtual copy of the
  original as long as it still functions properly in the intended
  application, including environmental and storage requirements.
  The Air Force plans on purchasing 60 each of these circuit
  cards in the near future. Only those sources who have been
  approved by the system engineer will be awarded a contract.
  Westinghouse Corp is currently the only approved source. Qualification
  requirements are  available and will be provided to interested
  parties. This is not an Invitation for Bids (IFB) or Request
  for Proposals (RFP), we are only seeking companies who have
  the necessary capabilities and are interested in becoming approved
  potential sources of supply. All costs involved in qualifying
  will be at your expense. If you desire copies of the qualification
  requirements, submit a written request, prior to the 24 Dec
  96, To: OO-ALC/BC, ATTN: Barry Nielsen, 6038 Aspen Ave., Hill
  AFB UT 84056-5802; Fax# (801) 777-5366. Questions call (801)
  777-9993.
CITE: (M-339 SN008831)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 61--STARTER, MOTOR
SOL DAAE0797QT173
DUE 020397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Dorothy Bynum (810)
  574-7314
DESC: NSN:  6110013299044, qty:  38, FOB:  origin, opt:  100%
  item  name:  starter, motor national electrical manufactu rers
  association  standards design not designed per NEMA STD operating
  voltage  characteristic full DC voltage RA ting 24.0 volts
  nominal direct current  rating in amps 1 70.0 horsepower rating
  1.000 and 1.100 control type Rem ote  actuation method magnetic
  circuit protection fuse N OT provided. Mfg PN:   see NOTE:
   22.  The offer due date is on or about 020397 (see soliciation
   for actual offer due date).
CITE: (I-338 SN008520)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 61--BATTERY, STORAGE
SOL DAAE0797RT194
DUE 020397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Wendy Jacques (810)
  574-7234
DESC: NSN:  6140000572553, qty:, FOB:  destination, opt:  none
  item:   2HN Battery, dry. NSN:  6140-00-057-2553. MIL spec
  MS35000-1. for 5  year indefinite qty. K. item:  4HN BA ttery,
  dry. NSN:   6140-00-059-3528. MIL spec:  MS75047-1.  For 5
  year indefinite qty. K.  item:  6TMF Battery, dry.  NSN:  6140-01-430-8847.
  per purch descrip.  atpd 2206. Fo R 5 year indefinite qty.
  K. quantity:  indefinite. FOB:   destination because see NOTE:
   none.  All responsible S ources may submit  an offer which
  will be considered.  T HE offer due date is on or about  020397
  (see soliciatio N for actual offer due date).
CITE: (I-338 SN008521)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: General Services Administration, 125 South State Street,
  Room 2205, Salt Lake City, Utah 84138-1199. Attn: Billie
SUBJECT: 61--FURNISH AND INSTALL IWS/LAN
SOL GS08P97VEC0016
DUE 012997
POC Nancy Pawlowski, Contracting Officer, (801) 524-5260.
DESC: Provide all supervision, labor materials and equipment
  to perform the work as specified. The work for this project
  will modify the facility to meet the needs of the Social Security
  Administration's IWS/LAN installation, electrical and data
  systems. Modifications are needed to accommodate the retrofit
  of existing systems furniture and the installation of IWS/LAN
  equipment. Facility modifications will include, but are not
  limited to the following: ELECTRICAL SYSTEM: Modification to
  the electrical distribution system capacity (panelboards and
  associated feeders) Modification to the electrical distribution
  systems grounding to establish a true isolated ground system.
  Modification to branch circuiting. Addition of general purpose
  and  isolated ground receptacles. Electrical connections to
  the systems furniture. Removal of electrical devices and associated
  branch circuiting feeders, etc. DATA SYSTEM: Provision of IBM
  Type 1A Cable from the ADP Room to each IWS/LAN Data outlet.
  Provision of IBM 1A Cable, Connectors, Backboxes, and Faceplates.
  Provision of BALUN Assemblies. Labeling of all IBM Type 1A
  Cables, and BALUN Assemblies. Work will be performed for the
  Social Security Administration, located at 173 East 100 North,
  Provo, Utah. Estimated cost range is between $25,000.00 and
  $50,000.00. Solicitation packages will be available on or about
  December 26, 1996. All requests for solicitation packages must
  be submitted in writing to the above address or you may FAX
  your request to (801) 524-6067.  Please include your name,
  address, and telephone number.
CITE: (M-339 SN008711)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Contracting Officer, Code 074, Naval Hospital, Boone
  Road, Bremerton, WA 98312-1898
SUBJECT: 65--POWDER FREE LATEX GLOVES
SOL n68095-97-Q-0143
DUE 122096
POC Point of Contact-Judy Gitchell, Purchasing Agent, 360-478-9307.
   Contracting Officer -Patricia Troutner, 360-478-9530
DESC: The Naval Hospital, Bremerton is establishing a Standing
  Order for Powder Free Latex Gloves.  Items to be delivered
  on the 15th and 30th of each month, commencing on 30 Dec 96
  or 15 Jan 97 thru 30 Sep 97.  Quantities to be as follows:
   SZ Small - 115 BX per shipment, SZ Medium - 140 BX per shipment,
   SZ Large - 120 BX per shipment.  Brand name (Safe-skin) or
  equal.  All responsible sources may submit an offer which will
  be considered.  Facsimile submissions of offers to:  360-478-9355
  are acceptable.  
LINK http://nh_bremerton.med.navy.mil
LINKDESC: 
EMAIL jgitchel@@brm10med.navy.mil
EMAILDESC: 
CITE: (W-339 SN008901)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, VA Medical Center, Chief,
  Acquisition and Materiel Management, #1 Jefferson Barracks
  Drive, St. Louis, MO 63125-4199
SUBJECT: 65 -- TOTAL HIP PROSTHESIS SYSTEM
SOL RFP 657-17-97
DUE 011697
POC Karen Munroe, Contract Specialist, (314) 894-6610
DESC: The VA Medical Center, St. Louis, Missouri, intends to
  negotiate a consignment agreement with Zimmer, Inc., Boggs
  Industrial Park, Warsaw, IN 46580, for the Harris Galante Total
  Hip Prosthesis System. Contract period will be for a base period
  of one (1) year with option to renew for two (2) additional
  years. Request for proposal will be issued December 16, 1996.
  Request for proposal will be due January 16, 1997. Copies of
  the solicitation must be requested in writing or by facsimile
  (314-894-5705) no later than January 3, 1997.
CITE: (I-339 SN008932)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Contracting Officer (90C), VA MEDICAL CENTER, 2495 Shreveport
  Hwy ALEXANDRIA, LA 71306-6002 (318) 473-0010 X 2240 Fax (318)
  483-5063
SUBJECT: 65 -- PROVIDE BLOOD & BLOOD PRODUCTS & RELATED BLOOD
  TESTING FOR VAMC'S IN ALEXANDRIA AND SHREVEPORT LA
SOL 502-15-97
DUE 122396
POC Bernice Griffin, (318) 473-0010 ext 2240 or Carol Robertson
  ext 2234
DESC: This medical center intends to negotiate a sole soul procurement
  with LifeShare Blood Centers (formerly Louisiana Blood Center)
  1455 Wilkinson, Shreveport LA (with established Branch Office
  in Alexandria) to meet the Blood and Blood Products requirements
  for the Dept of Veterans Affairs Medical Centers in Alexandria
  and Shreveport LA. This includes packed red blood cells, fresh
  frozen plasma, pooled platelet concentrate and related products;
  and testing as necessary to meet patient needs in a safe and
  prompt manner. Timely delivery is critical. Pick up of samples
  for testing may be required within one hour; two (2) hour delivery
  of suitable blood for transfusion may be required. Delivery
  must be with the premises of Laboratory Service at VAMC Alexandria
  and Shreveport. Combined inpatients for both facilities is
  approximately 1000. (Estimated quantity of packed red blood
  cells for contract period is 2900.) Blood must be 100% volunteer
  donor blood from a Blood Bank meeting, as a minimum, all national
  requirements including registration/licensure from FDA, Dept
  of Health and Human Services, American Association of Blood
  banks, LA Hospital Association, College of American Pathologists,
  American Association of Blood Banks and other associations
  and accreditations to ensure safe blood products and related
  procedures. Contract period is 1/1/97 through 12/31/97. There
  is no other known source for these products in the quantities
  required that can meet the time requirements critical for quality
  patient care. This is not a combined synopsis and RFP due to
  the complexity of requirements. Request for Proposal 502-15-96
  is available 12/1/96 and is prepared in accordance with the
  format for Commercial Products as required in Federal Acquisition
  Regulation Subpart 12.6, and supplemented information and incorporates
  clauses and provisions that are currently in effect through
  Federal Acquisition Circular 42. Standard Industrial Classification
  (SIC) code for this procurement is 8099. Direct any correspondence
  relating to this RFP to Contracting Officer (90C) VA Medical
  Center Alexandria LA 71306-6002. Notes 22 and 23 apply to this
  notice. See Note(s): 23.
CITE: (I-339 SN008942)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs Medical Center, 4101 Woolworth
  Avenue, Omaha, Nebraska 68105
SUBJECT: 65 -- HOME OXYGEN REQUIREMENTS FOR OMAHA AND LINCOLN
  NEBRASKA BENEFICIARIES
SOL RFP No. 636-35-97
DUE 012397
POC Karen Goodell, Contracting Officer, 402-449-0613 or Denise
  Bradford, Contracting Officer, 402-346-8800 Ext 4505.
DESC: Contractor to supply all labor, tools, materials and equipment
  necessary for furnishing home oxygen services for a consolidated
  indefinite delivery contract for Department of Veterans Affairs
  Medical Centers at Omaha, Nebraska and Lincoln, Nebraska, all
  in strict accordance with JCAHO Home Care Plan standards, for
  the period commencing April 1, 1997, through March 31, 1998,
  and subsequent renewal periods. Services are to include providing
  all oxygen concentrators, and/or cylinders, liquid oxygen systems,
  CPAP equipment and follow-ups for all home oxygen VA beneficiaries.
  Patient in-house visits must be provided on a scheduled basis
  by Certified Respiratory Therapy Technician or Registered Respiratory
  Therapists, certified by the National Board for Respiratory
  Care. Contractor shall deliver oxygen supplies to the patient
  homes as requirements dictate. Pick up and delivery of durable
  medical equipment from beneficiary homes and storage of VA
  rented durable medical equipment is required. Contractor will
  be required to provide preliminary instructions and training
  to patients on the use of liquid oxygen, concentrators, oxygen
  cylinders, air compressors and/or nasal CPAP units in addition
  to providing routine maintenance. Reports of in-house patient
  visits by equipment technician and the CRTT or RRT shall be
  made. The VA Omaha geographic area includes 20 eastern most
  counties in Nebraska, and 14 western most counties in Iowa.
  The VA Lincoln geographic area includes 16 centrally located
  counties in Nebraska. Invitation for Bid No. 636-35-97 has
  been assigned to this solicitation and will be available approximately
  December 30, 1996 and opened at 1:30 pm on January 29, 1997.
  Requests for bidding documents must be made in writing and
  may be faxed to 402-449-0612.
CITE: (I-339 SN008990)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: OPTEC CONTRACTING ACTIVITY, BLDG 91035, P.O. BOX Y, FORT
  HOOD TX 76544-5056
SUBJECT: 66--SPECTRUM ANALYZER
SOL DATM01-97-R-0008
DUE 012797
POC Contract Specialist Russell Taylor (817) 288-9722/ Contracting
  Officer, Ted Panknin (817) 288-1305 (Site Code DATM01)
DESC: The Government has a requirement to procure a Spectrum
  Analyzer FSEM 30 with the following components: Tektronix Brand
  Name or Equal applies to Spectrum Analyzer FSEM 30, RBU100
  High Power Attenuator 100 Watts, 19" Rack Adaptor W/Front Handles,
  Transt Case, FSE-K3 Noise Measurement Software, FSE-K10 GSM
  Test Software, FSE-B16 Ethernet Interface (Thin Wire), FSE-B15
  Computer Function (English), Headphones, Grip Cable (1 Meter),
  Grip Cable (2 Meter), Grip Cable (4 Meter), FSE-B17 ICE/IEEE
  Bus Interface,5 Years Calibration Service, 2 Years Post Warranty
  Repair Service, HC100 Color Plotter, S3FG220 AT-GPIB/TNT/I/O
  Board for External PC, LVWIN Labview Software for Windows,
  and LVWIN OPT. 21 Labview Software Up-Date. This is a Firm
  Fixed Price Contract. Tentative Solicitation Issue Date is
  27 December 1996. This 100% Set-Aside for Small Business Concerns.
  All request are to be in writing. No telephonic requests will
  e accepted.
CITE: (I-339 SN008887)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: DEPARTMENT OF VETERANS AFFAIRS (VA), CHIEF, A&MMS (90C),
  1055 CLERMONT ST, DENVER, C0
SUBJECT: 66 -- FISH IMAGING SYSTEM
SOL RFP 554-15-97
DUE 121996
POC Jan Bertapelle-Anderson, Contracting Officer, 303-393-4689
DESC: Provide 1 Vysis Quips LS Genetics Workstation, with a Tektronix
  Phaser 440 Dye Sublimation Printer, or equivalent, to the VA
  Medical Center, Denver Colorado. A commercial solicitation
  packet will be available on or about 12-6-96. It may be obtained
  by faxing a request for packet 554-15-97 to (303) 393-2860.
  Requests must include company name, address, telephone number
  and contact name. No telephone calls please.
CITE: (I-339 SN008933)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 68-CANISTER,LIOH,REFIL
SOL N0010497QAB60
DUE 012297
POC Contact Point, Joy K Shilvock, 846.2e, (717)790-1426, Fax,
  (717)790-3339, Twx, Not-avail, Contracting Officer, Andrea
  M Reisser, 846.2, (717)790-1429
DESC: NSN 7H-6810-LL-Q71-6518-D4, SPEC NR TDP VER 001, Qty 200
  EA , Deliver to Defense Distrbution Depot San Diego San Diego
  CA , Contract 100 Percent Small Business Set Aside, See Notes
  1,9
CITE: (I-339 SN008870)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: 68--LIQUID SOAP
SOL DAAC79-96-B-0020
DUE 073196
POC Contract Specialist BILL PASLEY (903)334-3770 Contracting
  Officer CHARLIE D. HARRIS, JR. (903)334-2218 (Site Code DAAC79)
DESC: Due to a change in specifications, Solicitation DAAC79-97-B-0020,
  Cleaner, Soap, Liquid (Steam Gun), is hereby cancelled. Request
  will be resolicited at a future date.
CITE: (I-339 SN008877)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 68 -- INDUSTRIAL GAS SERVICE
SOL N00406-97-R-5040
DUE 012497
POC T. Kelly
DESC: Annual requirement for various industrial gases, including
  oxygen acetylene, helium (water pumped), argon, carbon dioxide
  and nitrogen to be provided in government-owned cylinders of
  various capacities. Inspection and repair/refurbishment of
  cylinders will be required on an as-needed basis. several military
  and federal specifications are applicable to this and will
  be detailed in the solicitation. Contract period of performance
  is 01 feb 1997 through 31 jan 1996 (base period) and one additional
  option year. All responsible sources may submit (offer/bid/quotation)
  which shall be considered by fleet & industrial supply center
  puget sound fax requests to (360) 476-2931
CITE: (I-339 SN008988)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Mineral Management Service, PROCUREMENT & PROPERTY MANAGEMENT
  DIV, 381 ELDEN STREET MAIL STOP 2500, HERNDON, VA  20170-4817
SUBJECT: 70--COMMERCIAL OFF THE SHELF SOFTWARE GEOLOGICAL INTERPRETIVE
  TOOLS
SOL CBD&&&96110002       14350197RP3Contract Specialist, Katherine
  Valltos, (703) 787-1354
DUE 122396
POC Contract Specialist, Katherine Valltos, (703) 787-1354
DESC: The United States Department of the Interior, Minerals
  Management  Service (MMS),intends to acquire commercial off-the-shelf
  (COTS)  software, maintenance and technical support services
  to complete its  enterprise-wide Geological Interpretive Tools
  (GIT) subsystem. The Government will conduct this acquisition
  using a steamlined competitive  process pursuant to the Federal
  Acquisition Regulation Part 12  (Acquisition of Commercial
  Items) and Part 15(Contracting By  Negotiation).  This notice
  is a combined synopsis and part of the  Request For Proposal
  (RFP).   A RFP will be issued to firms responding  to this
  CBD who provide the first submittal.  BACKGROUND:  The GIT
   application component is an integral subsystem of MMS's Technical
   Information Management System (TIMS) which supports MMS mission
  critical information needs.  The TIMS is the information technology
   infrastructure (hardware, software,and telecommunication)
  the MMS  Offshore Program uses to store and process all of
  its technical data. The GIT subsystem consists of Exploration
  and Production Data  Management, Geophysical Analysis, Petrophysical
  Analysis, Subsurface  Mapping and Reservoir Engineering subcomponents.
  The GIT subsystem  automates most of the MMS mission-critical
  activities in the oil and gas resource evaluation program.
   In 1993, MMS contracted for a complete  software solution
  for its GIT requirement.  The GeoQuest suite of  software was
  chosen as the MMS resource evaluation standard for  interactive
  interpretation and visualization of geophysical and  petrophysical
  data. GeoQuest provided the software and an aggressive  training
  program for technical and end user support personnel.  The
   GeoQuest software acquired and in full use to date includes:
  the Seismic suite, the Advanced Geophysical suite, the CPS
  suite(grids and contour  mapping), the Geoframe suite, the
  Reservoir Modeling suite, the Finder  Data Management suite,
  Zeh graphics, the Production Analyst suite, and  the Eclipse
  suite.  The GIT subsystem currently uses a client/server architecture
  with Sun Sparc servers and workstations running on the  Solaris
  operating system. The system is distributed through local (LAN)
   and Wide (WAN) area networks. LAN topology utilizes a combination
  of  FDDI fiber optic and fast Ethernet cabling.  The purpose
  of this acquisition is to provide a vehicle for completion
  of MMS's  enterprise-wide GIT capability. MINIMUM MANDATORY
  REQUIREMENTS  for  GENERAL OPERATIONS - The total GIT software
  solution shall interface  with: Arc/Info; Calcomp Drawing Board
  and Drawing Board II digitizing tablets, graphics terminals,
  alphanumeric terminals, large  scale color pen and electrostatic
  plotters, and printers all with no  data accuracy loss; optical
  and magnetic disk drives; 9-track and 8mm cartridge magnetic
  tape devices; and shall support: dual  monitors; command line
  drive mode; development of custom menus via batch  files or
  macros and batch processing of resource intensive operations;
   applications that run under the same Motif/GUI; output of
  CGM file format compatible with ZEH rendering software; seamless
  integration  between the data management, interactive mapping,
  reservoir analysis,  interactive geophysical application, interactive
  petrophysical analysis  and GIS modules; and a variety of graphical
  display formats. MINIMUM MANDATORY REQUIREMENTS for TECHNICAL
  FUNCTIONALITY - The GIT solution shall provide for the following
  capabilities: seismic  interpretation; seismic forward modeling;
  reservoir modeling; velocity  modeling; seismic data processing;
  3-D visualization; petrophysical interpretation; construction
  of cross sections and well  correlation; stratigraphic and
  structural modeling; multiple  cartographic projections; basemapping;
  surface modeling; map and grid editing; well test analysis;
  volumetric calculation; decline curve;  material balance; reservoir
  simulation; integrated data management (with  built in mapping
  (capabilities) of ORACLE data including use of ORACLE  7.0,
  ORACLE forms 4.0 and ORACLE reports 2.0 or the most recent
  releases.  The data management module shall also provide for:
  a spatial  interface whereby users can select and retrieve
  data from a map or  cross-section display by clicking on objects
  or by banding rectangles or  by outlining polygons; graphical
  query by example tools for creating, storing, and displaying
  queries that select and retrieve from the data  base and from
  a map or cross-section display; use of an extension to the
   database for management and SQL access of binary or other
  non-relational  data formats, for large objects such as logs,
  cartographic data, seismic data, and graphical files; a library
  of ORACLE forms and reports  for E&P data based on PPDM; data
  loaders for ASCII files in various  formats and for standard
  industry formats such as LIS, LAS, SEG P, PI,  and Dwights;
  support of SQL loader functions; run data loaders interactively
  or in batch mode; support corporate, regional, districts, 
  project, and asset databases by extracting some or all of one
  database  and inserting or updating that data in another; simultaneous
  displays of  ORACLE forms, maps, and cross-sections which are
  a direct graphic display of the database; real time interactive
  mapping and cross-section  displays using the same algorithm
  as the interactive mapping module.   The total GIT solution
  shall function in a client/server environment  utilizing Sun
  hardware to include SUN SPARC 5, SPARC 10, SPARC 20, ULTRA
  SPARC II, SPARC 2000 all with both single and dual heads, 
  running Solaris 2.x. Additionally, the total GIT solution shall
  fully  comply with all applicable Federal Information Processing
  Standards as  stated in the RFP.  The MMS has invested $6.1
  million in developing the enterprise-wide Geological Interpretive
  Tools software solution which  includes $3.5 million in direct
  software purchases.  The remaining  balance of $2.6 million
  includes maintenance and training for the GIT  software.  The
  MMS plans to expend an estimated $8.6 million for  additional
  software, maintenance and services over the next 5 years  through
  an Indefinite-Delivery-Indefinite-Quantity contract.  MMS 
  estimates the acquisition of approximately $900,000 in additional
  new  software for year one, with no guarantee of additional
  purchases in subsequent years.  MMS may choose to acquire additional
  new software  beyond the first year based on the following
  estimates: Year Two -  $1,430,000, Year Three - $650,000, Year
  Four - $440,000, and Year Five -  $440,000.  All of the above
  new software estimates include an anticipated 12 months of
  support, consisting of 3 months manufacturer's  warranty and
  9 months maintenance.  The remaining portion of the $8.6  million
  total value is the cost associated with maintenance and  technical
  support.  Maintenance estimates for the installed base are
  as  follows: Year One - $480,000, Year Two - $720,000, Year
  Three -  $960,000, Year Four - $1,140,000,and Year Five - $1,140,000.
   Technical  Support is estimated at $60,000 per year throughout
  the five year  contract life.  Offerors must submit proposals
  for this requirement in  accordance with the following instructions:
   Offerors proposing GeoQuest  products shall so state and request
  the RFP within twenty (20) calendar  days from the publication
  date of this notice.  For GIT solutions other than GeoQuest,
  offerors shall provide Submittal One.  Submittal One  shall
  consist of a certified corporate plan (signed by a person 
  authorized to bind the corporation) detailing how the $6.1
  million in embedded costs will be assumed by the offeror. 
  This includes  replacing all existing GIT software, data conversion,
  the retraining of  approximately 115 MMS personnel, and provisions
  for maintaining  any  replacement software through February,
  1998.  Additionally, Submittal  One must include clear and
  comprehensive documentation to demonstrate  that the proposed
  GIT solution will meet all the minimum mandatory  requirements
  contained in this notice.  Offerors shall propose an all or
   none total software solution.  All software shall be in full
  production  as of the date of this notice.  Beta versions are
  not acceptable.  The  corporate plan identified above and the
  ability of offerors to  adequately document compliance with
  the minimum mandatory requirements will be a major factor during
  the evaluation process and  selection for contract award. 
  Submittal One is due twenty (20) calendar  days from the publication
  date of this notice. Send an original and two  copies to Ms.
  Katherine A. Valltos, 381 Elden Street, Herndon, Virginia 20170-4817.
   An RFP will only be issued to those offerors who provide 
  all of the required Submittal One documentation.  The RFP 
  will provide  offerors the contract terms and conditions, Representations
  and  Certifications, and all other pertinent solicitation requirements.
   One  critical requirement will be the submittal of a Transition
  Plan.  The  Transition Plan shall detail how the offeror proposes
  to migrate MMS  into the proposed GIT solution environment.
   This transition plan shall minimize any disruption to government
  productivity and loss  of revenue caused by delaying a lease
  sale.  The RFP will be issued on  or about December 23, 1996
  and close fifteen (15) calendar days later.   This acquisition
  is subject to the government obtaining all necessary  administrative
  approvals.
CITE: (I-338 SN008530)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Information Systems Agency, NCRCO, 701 South
  Court House Road, Arlington, VA 22204-2199
SUBJECT: 70---PURCHASE OF DOMAIN MANAGER 2.3 FOR SOLARIS 2.X
SOL DCA100-97-Q-0027
DUE 122396
POC Amanda Taylor, Contract Specialist (703) 607-6911 or Mark
  Bogart, Contracting Officer (703) 607-6920
DESC:  The Defense Information Systems Agency intends to issue
  a competitive specific make and model request for quotation
  (RFQ) for Domain Manager 2.3 (6 each) for Solaris 2.X.  This
  requirement is specific make and model because Domain Manager
  is a combination of SunNet Manager Platform and SunNet Manager
  Cooperative Consoles which is the GCCS standard software currently
  being used.  Request for quotation will be issued o/a 19 December
  1996.  No verbal requests for this RFQ will be accepted.  All
  requests must be in writing and must reference the RFQ number
  in this notice.  Fax requests to Defense Information Systems
  Agency, Attn: Amanda Taylor/DN1, at (703) 607-4340/4341 or
  send requests to Defense Information Systems Agency, National
  Capital Region Contracting Office, Attn: Amanda Taylor, Code
  DN1, 701 South Court House Road, Arlington, VA 22204-2199.
   Specific Make and Model by authority of 10 U.S.C. 2304(c)(1).

CITE: (W-339 SN008715)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, 300 Highway
  361, Crane, IN 47522-5001
SUBJECT: 70 -- MAINTENANCE AND REPAIR SERVICE OF GOVERNMENT OWNED
  AUTOMATIC DATA PROCESSING EQUIPMENT
SOL N00164-96-R-0147
DUE 122296
POC Contact - Ms. Kathy King, Code 1165ZP, 812-854-3734, Fax
  812-854-3465/Ms. Mary Sheetz, Contracting Officer
DESC: Correction: this action which was originally published
  in the Commerce Business Daily on or about 31 October 1996
  is hereby cancelled.
CITE: (I-339 SN008720)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Air Warfare Center Aircraft Division Indianapolis
  6000 E 21st Streeet Indpls., IN
SUBJECT: 70 -- ADP EQUIPMENT, SOFTWARE AND SUPPORT.
SOL N00163-97-Q-0030
DUE 120396
POC Alicia Everett, Buyer, Contact via FAX at 317-306-4700.
DESC: The Government is going to negotiate with DY 4 SYSTEMS
  LTD of Blairstown, NJ, for the following items: (2) SBC PowerPC
  VME cards, (2) Quad 320c40 VME cards, (1) BSP FOR VxWorks for
  RTOS, (1) SPOX-LINK BSP for 320C40, (1) Cable kit for SVNE-171
  SBC.
CITE: (I-339 SN008746)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Air Wardare Center Aircraft Division Indianapolis
  6000 E 21st Street Indpls.,IN
SUBJECT: 70 -- ADP SOFTWARE AND SUPPORT
SOL N00163-97-Q-0031
DUE 120396
POC Alicia Everett, Buyer, Contact via fax:317 306 4700.
DESC: The Government is planning to negotiate with WIND RIVER
  of Alameda, CA., for the procurement of the following items:(QTY
  OF 1 EACH) Tornado Develpoment HP, Tornado Maintenance (1yr),
  WindView, WindView Maintenance (1yr), VxSim, VxSim Maintenance
  (1yr), Wind Foundation classes, Wind Foundation Maintenance
  (1yr).
CITE: (I-339 SN008747)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Securities and Exchange Commission, 6432 General Green
  Way, Alexandria, Va.
SUBJECT: 70 -- 70-SOFTWARE: RENEWAL OF SOFTWARE LICENSES--SAS
SOL SECHQ1-97-M-0094
POC Contract Specialist, Vernessa Younger, Contracting Officer,
  James L. Vandecar, 202/942-4999.
DESC: Notice of intent to award a sole source contract to SAS
  Institute, SAS Circle, Box 8000, Cary, North Carolina 27512-8000,
  for licenses to use SAS Base, SAS/STAT, SAS/ETS, and SAS/Graph,
  for the period October 1, 1996 through September 30, 1997.
  The software shall provide information storage and retrieval,
  data modification and programming (creating variables, accumulating
  totals, checking for errors, programming DO/END and IF-THEN/ELSE
  conditions, reporting writing, statistical analysis(descriptive
  statistics and complex multivariate techniques, and linear
  module procedures), and file handling (Combining values and
  observations from several data sets, including editing, subsetting,
  concatenating, merging, and updating), and base support for
  SAS/ETS(for business analysis, forecasting, and financial planning).
  See Numbered Note(s): 22.
CITE: (I-339 SN008761)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. Marshals Service, Procurement Division, Suite 990,
  600 Army-Navy Drive, Arlington,
SUBJECT: 70 -- AT&T SOFTWARE AND AT&T SITE LICENSE
SOL MART-97-019
DUE 121896
POC Linda Reynolds-Franklin, Contracting Officer, 202-307-9243.
DESC: The United States Marshals Service anticipates a purchase
  order using simplified acquisition procedures. Request for
  solicitations must be submitted in writing or by fax. Telephone
  requests will not be honored. It is anticipated that MART-97-019
  will be awarded on or about December 20, 1996.
CITE: (I-339 SN008768)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Administrative Support Center East, Office of Contracting,
  Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA
  17070-5001
SUBJECT: 70--PURCHASE OF (60) EACH INTERMEC SCANNERS AND SCANNER
  CABLES
SOL SB3100-6332-3156
DUE 122096
POC Cheryl R. Garman, Contract Specialist, 717-770-7113 or R.
  C. Souto, Contracting Officer, 717-770-6206
DESC: The Defense Distribution Depot Susquehanna, PA has a requirement
  to purchase (60) each Intermec Scanners (P/N 1545F01, LD Laser)
  and (60) each Scanner Cables (P/N 060560 6' length).  The items
  requested must be quoted FOB Destination to Defense Distribution
  Region East, Mechanicsburg, PA 17055.  This request for oral
  quotation and the resultant contract award are being processed
  in accordance with Simplified Acquisition Procedures.  A written
  request for quotation will not be issued.  All responsible
  business concerns may submit a quotation for the above specified
  items, which if received by 3:00 PM ET on 20 December 1996,
  shall be considered.  Oral or faxed quotations will be accepted
  by calling the Contract Specialist noted above or by facing
  the quotation to 717-770-5689.  
LINK http://www.dla.mil
LINKDESC: 
EMAIL c_garman@stmp.ddre.dla.mil
EMAILDESC: 
CITE: (W-339 SN008903)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: 70--SOFTWARE LICENSE
DUE 122396
POC Darlene Cutler, 618-256-9697
DESC: Synopsis number 97043.  The Defense Information Technology
  Contracting Office, Computer Technology Division, Procurement
  Branch (DITCO-DTS42), Scott AFB, IL intends to issue a sole
  source purchase order to Rand Information Systems, Inc., 588
  Sutter ST. #211, San Francisco, CA  94102-1102 for the acquisition
  of Basic (CPU) Perpetual License for Tools Inventory Management
  Environment software to be run on a Group 80, 5995-8670M Amdahl
  CPU, serial nuimber 78002415 located at Defense Megacenter
  Columbus.  The period of performance for the software license
  order is 23 Dec 96 through 22 Dec 97.  The statutory authority
  for other than full and open competition is 40 U.S.C. 759(g),
  as amended, specific make and model.  Companies who can provide
  the above listed proprietary Rand Information Systems software
  product must indicate their interest within 15 days of this
  advertisement.  Oral communications are not acceptable.  Facsimile
  number is (618) 256-9414.  Estimated date of award is 23 Dec
  96.  No contract award will be made on the basis of quotations/proposals
  received in response to this notice since this synopsis cannot
  be considered a Request for Quotation/Proposals.  All responsible
  sources will be considered for evaluating the determination
  to issue a sole source purchase order.  SIC code 7372.*****

CITE: (W-339 SN008906)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Securities and Exchange Commission, 6432 General Green
  Way, Alexandria, Va.
SUBJECT: 70 -- GENERAL PURPOSE ADP EQUIPMENT, SOFTWARE, SUPPLIES
  & SUPPORT EQUIPMENT
SOL SECHQ1-97-M-0038
POC Contract Specialist, Vernessa Younger, Contracting Officer,
  James L. Vandecar, 202/942-4999.
DESC: The Securities and Exchange Commission(SEC) requires electronic
  access, on computer diskettes, to the full text of seven US
  secuirities regulatory manuals. The manuals are issued by the
  Securities and Exchange Commission(SEC), and Self Regulatory
  Organizations including the National Association of Securities
  Dealers, New York Stock Exchange, Chicago Board of Option Exchanges,
  Municipal Securities Rulemaking Board, Securities Industries
  Association, and Financial Managers Association. The service
  must be compatible with current SEC Local Area Network and
  personal computer automated data processing standards. The
  manuals are required for the SEC's Division of Market Regulation,
  the Office of Compliance, Inspections and Examinations and
  eleven SEC field offices. The SEC requires thirty six copies
  of the seven manuals, including thirteen sets for the SEC Local
  Area Network and twenty three sets for laptop computers. The
  SEC reviewed products that provide securities regulatory manuals
  electronically and only Compliance International Inc. provides
  the required information. As a result, the SEC intends to purchase
  securities manuals from Compliance International during fiscal
  year 1997. See Numbered Note(s): 22.
CITE: (I-339 SN008929)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 70 -- SOFTWARE & SUPPORT
SOL N66001-97-Q-1554
DUE 122396
POC POC Ms. Claudia Aguzar, Code D221, Purchasing Agent, (619)524-3063.
  Ms. Chris Lewis, Contracting Officer.
DESC: The Gov't intends to procure on a sole source basis with
  Bluestone Software the following: 1. DB-UIM/X Solais 2.9 2.5
  support, qty 8. 2. DB-UIM/X 2.9 annual support, qty 1. 3. License
  Upgrade XRT-3D license ser# 0900544-3006 from single user to
  a network license, qty 1. 4. XRT-3D software suport, qty 1.
  To be awarded on "all or none" basis. Technical POC: Sally
  Norvell, (619)553-1756, or Robert Lowe, (619)553-4962. Note
  22 applies, however, all offers received within 15 (in lieu
  of 45) days after date of publication of original synopsis
  will be considered by the Government. The applicable Standard
  Industrial Code (SIC) and size standard is 7372 and $18.0.
  "No RFQ will be prepared or made available for distribution.
  Award will be based on evaluation of responsive, responsible
  quotations received in response to this CBD advertisement.
  Competitive awards may be based on the evaluation criteria
  stipulated in NRaD Blue Ribbon Vendor Program (BRVP) provisions
  or the Red, Yellow, Green (RYG) Contractor Evaluation System.
  The evaluation criteria is available upon request. Questions
  may be directed to Claudia A. Aguzar. Facsimile quotations
  are acceptable and must be received on or before the COB on
  the closing date stated above. Facsimile quotations may be
  sent to (619)524-2440/3407." See Note(s): 22.
CITE: (I-339 SN008931)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 70 -- CORRECTION:SOFTWARE & SUPPORT
SOL N66001-97-Q-1554
DUE 122396
POC POC Ms. Claudia Aguzar, Code D221, Purchasing Agent, (619)524-3063.
DESC: Correct number 2 to read: 2. DB-UIM/X 2.9 annual support,
  qty 8.
CITE: (I-339 SN008947)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Naval Sea Logistics Centers, 5450 Carlisle Pike, P.O.
  Box 2060, Mechanicsburg, PA 17055-0788
SUBJECT: 71--DESK/CHAIR COMBO
SOL N65538-97-Q-0003
DUE 011397
POC Contracting Officer, John Wert, (717) 790-2089.
DESC: Double entry or Profile combo desk, study top with tubular
  frame, one-piece molded plastic seat and underseat bookrack;
  seat height 17-18"; writing surface approx. 3/4" thick particle/fiber
  board, laminated top and beveled sealed edges, surface 30"
  H and 24" W and 35" Deep; underseat bookrack made of solid
  steel rods welded together and to frame, 11" front to back
  x 15" W x 9" H; Metal Finish; Navy color; Quantity-575 ea.;
  quote on stepladder Qtys. 0-200 ea, 201-400 ea, 401-575 ea.;
  Del. to Naval Training Center, Bldg. 2-B, Great Lakes, IL 60088.
  When calling, be prepared to state name, address and solicitation
  number. All responsible sources may submit an offer which,
  if  received in a timely manner, will be considered. See Note
  1.
CITE: (M-339 SN008978)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center, 700 Robbins Avenue,
  Philadelphia, PA 19111-5096
SUBJECT: 73--SINGLE-FUEL (JP-8 DIESEL) BURNER UNIT (SFBU), TO
  REPLACE THE ARMY FIELD FEEDING SYSTEM M2/M2A GASOLINE FIRED
  FIELD BURNER UNIT. THIS BURNER UNIT TO REPLACE (NSN 7310-01-017-1285)
SOL PSN97-06
POC (Primary) Tom Gordon, Contract Specialist, DISC-VA, voice
  (215) 697-0935, fax (215) 697-6217, email-tgordon@disc.dla.mil,
  or Shirley Jones, Contracting Officer, DISC-VA, voice (215)
  697-4154, fax (215) 697-6217, e-mail-sbjones@disc.dla.mil.
DESC: This is a notice that CBU-V intends to release a Draft
  Request for Proposal (RFP) to suppliers who can satisfy the
  Government's requirements as stated below. Contractors shall
  provide Single-Fuel (JP-8 Diesel) Burner Units (SFBU) to replace
  the Army Field Feeding System M2/M2A gasoline field burners.
  Contractors will need to submit (4) four Product Demonstration
  Models (PDM). The present M2 burner is the standard general
  purpose heat source for food preparation in the field. The
  Army Field Feeding System (AFFS) currently uses the M2/M2A
  non-powered field burner (NSN 7310-01-017-1285) in the Mobile
  Kitchen Trailer, Modular Field Kitchen, Food Sanitation Center,
  and Kitchen, Company Level, Field Feeding-Enhanced. The burner
  provides the heat to perform  basis AFFS functions of roasting,
  grilling, broiling, frying and heating (of water) required
  to prepare hot A, B, and T-rations (heat and serve rations)
  as well as perform field sanitation. The SFBU will provide
  enhanced operational and performance characteristics and will
  meet form, fit, function, and interface requirements of the
  present M2. It will be fired with the capability of burning
  (JP-8 diesel fuel). An electric fuel pump will eliminate the
  need to manually pressurize the fuel tank. This item will also
  offer light in place electric ignition, smoke free start-up
  and operation, low power draw, and immediate on/off capability.
  While meeting all of the Army's footprint requirements, it
  must also comply with all the Army's manprint requirements
  as  well. The SFBU will have a heating capability equal to
  or better than the M2/M2A which has a heat output range of
  60K BTU/HR adjustable to less than 25K BTU/HR. Greater heat
  transfer efficiency will give the SFBU comparable heating capability
  while using less fuel. The SFBU will be operated in environmental
  conditions hot (120 degrees Fahrenheit) through cold (-25 degrees
  Fahrenheit). The unit will be ignited and operated inside tents,
  soft sided trailers, and soft sided expandable shelters and
  as such, clean ignition, combustion, and shut downs are extremely
  important. The unit will be exposed to, but will not be operated
  in the rain. Cleaning of the unit will be accomplished by wiping
  it down with a wet soapy cloth and other means indicated in
  the operators manual. The burner unit shall  be transported
  on ground vehicles as unrestrained cargo. All maintenance required
  will be performed by the operator without any special tools.
  As much as practical, the operator will perform all repairs
  of components using no special tools. The SFBU must be made
  to all the requirements as stated in the performance specification
  MIL-PRF-44485. The contractor shall submit four (4) PDM(s),
  as part of its proposal. Models will be submitted at no expense
  to the government. If not destroyed by testing or retained
  by the government as a manufacturing standard, models will
  be returned at the offer's request and expense. PDM(s) will
  become government property unless return is requested within
  30 days after date of award. Models will be tested or evaluated
  to  determine compliance with all characteristics in the specification.
  A Pre-Solicitation Conference is going to be held (10:00 a.m.),
  08 JAN 97, at the Defense Industrial Supply Center (DISC) located
  in Philadelphia, PA, to take questions and suggestions regarding
  the Draft RFP and the cited specification. To request a copy
  of MIL-PRF-44485 (available now), and/or a copy of the Draft
  RFP (available on or about 17 DEC 96) contact the above (Primary)-POC.
  It is suggested that all questions, suggestions, and discussions
  concerning the Draft RFP and the specification be addressed
  to the attention of Mr. Gordon, before the Pre-Solicitation
  Conference. Note to all suppliers, this notice and the release
  of a Draft RFP in no way commits the government to award a
   contract.
CITE: (M-339 SN008828)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118
  SUSQUEHANNA BLVD, APG MD 21005-5001
SUBJECT: 76--SUBSCRIPTIONS FOR TECHNICAL JOURNALS
SOL DAAD05-97-R-0512
DUE 011597
POC Contract Specialist Deborah C. Griffin 410-278-0863 (Site
  Code DAAD05)
DESC: This requirement is corrected to include a Base Year and
  Two (2) Option Years (Base Year is Date of award through December
  31 1997, Option Year I is January 1, 1998 through 31 December
  1998 and Option Year II is January 1, 1999 through 31 December
  199. All responsible sources may submit an offer which shall
  be considered by this agency. No telephone requests, only written
  or facsimile (410-278-0904) requests will be accepted. Ms.
  Deborah C. Griffin (410-278-0863) is the point of contact for
  additional
CITE: (I-339 SN008874)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Department of the Treasury (2024), Federal Law Enforcement
  Training Center, Procurement Division, Bldg. 28, Glynco, GA
  31524
SUBJECT: 76 -- BOOKS AND PAMPHLETS
SOL 7TOD0022
DUE 122396
POC Angela B. Simpson, Purchasing Agent at (912)267-2302
DESC: The Federal Law Enforcement Training Center will issue
  a RFQ o/a 12/23/96 for 580 copies each of the Federal Immigration
  Laws and Regulations (most recent edition) ISBN 0-314-05248-8
  and Federal Criminal Code and Rules (most recent edition) ISBN
  0-314-04026-9 as published by West Publishing Company, St.
  Paul, MN.  Simplified acquisition procedures apply.  RFQ copies
  will be provided on a first come-first served basis until depleted.
   Copies can be requested via fax at (912)267-3132.  Telephone
  calls will NOT be honored.  See Numbered Note 22.
CITE: (I-339 SN008980)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO.
SUBJECT: 81 -- SHIPPING AND STORAGE
SOL DAAJ09-97-R-0125
DUE 012297
POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-314-
  263-2985, Carol M. Woerheide, Contracting Officer, 314-263-0779,
  Datafa314-263-9012.
DESC: NSN: 8145-01-102-3048, IAW ATCOM Spares Technical Data
  Package, AVRD1 (8145PK300100-01), Rev H, Quantity: 75 each.
  FOB Destination to Texarkana, TX 75507-5000. These Shipping
  and Storage Containers are for the CH-47D Helicopter Rotary
  Blade. They are made from sheet metal and are free breathing
  containers. Required delivery with First Article Test is 75
  each, 240 DACA, first article test report due 168 DACA. Required
  delivery without First Article Test is 75 each, 180 DACA. The
  proposed action will include 100% option provision. All responsible
  sources may submit a bid or a proposal which shall be considered
  by the agency. This is 100 percent Small Business Set Aside.
  Subject to the availability of funds. No telephone requests
  will be accepted. You may fax your request ATTN: AMSAT-A-PLBB,
  Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See
  Numbered Note(s): 1.
CITE: (I-339 SN008741)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO.
SUBJECT: 81 -- SHIPPING AND STORAGE
SOL DAAJ09-97-R-0125
DUE 012297
POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-314-
  263-2985, Carol M. Woerheide, Contracting Officer, 314-263-0779,
  Datafa314-263-9012.
DESC: NSN: 8145-01-102-3048, IAW ATCOM Spares Technical Data
  Package, AVRD1 (8145PK300100-01), Rev H, Quantity: 75 each.
  FOB Destination to Texarkana, TX 75507-5000. These Shipping
  and Storage Containers are for the CH-47D Helicopter Rotary
  Blade. They are made from sheet metal and are free breathing
  containers. Required delivery with First Article Test is 75
  each, 240 DACA, first article test report due 168 DACA. Required
  delivery without First Article Test is 75 each, 180 DACA. The
  proposed action will include 100% option provision. All responsible
  sources may submit a bid or a proposal which shall be considered
  by the agency. This is 100 percent Small Business Set Aside.
  Subject to the availability of funds. No telephone requests
  will be accepted. You may fax your request ATTN: AMSAT-A-PLBB,
  Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See
  Numbered Note(s): 1.
CITE: (I-339 SN008745)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--TOWEL BLANKS
SOL 1PI-B-1944-97
DUE 013197
POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969
DESC: UNICOR, Federal Prison Industries, Inc. contemplates entering
  into a one year Indefinite Delivery Indefinite Quantity firm
  fixed price contract for towel blanks. FOB Destination USP
  Terre Haute, IN. Item 0001, towel blanks, cotton, champange
  beige, wight 13.5 oz. size 27"x 50". Minimum guaranteed 25,000
  each. Total estimated quantity 100,000 each. All items shall
  be in accordance with TLPD-T-001A. The required delivery schedule
  shall be 30 days after receipt of delivery order. Solicitation
  package mus be requested in writing or via facsimile on company
  letterhead. Fax number is 202-508-8498. No telephone request
  will be honored. All responsible sources
CITE: (I-339 SN008884)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--SKIRT WMN'S POLY/WOOL GABERDINE BLUE SHADE 2312
SOL SP0100-97-Q-4039
DUE 122396
POC Contact:  DPSC-FRDB-1 buyer-a. D'Avella 215/737-2455
DESC: 8410-01-414-2735 skirt WMN's, poly/wool, gaberdine blue
  shade 2312,  fully lined.  This requirement is a total small
  business set-aside.   Quantity of 7560 EA.  I/A/W MIL-S-29429
  dated 1 June 94, pattern date 1  Mar 94 6 deliveries to one
  destination Albany, GA.  First delivery to  start 120 days
  after date of award.  GFM is included at a unit price of  $7.9935.
   This a best value buy including past performance.  All  responsible
  sources may submit offer which DPSC shall consider.
CITE: (I-339 SN008616)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, Attn: DPSC-HFVW, 2800
  South 20th Street, Philadelphia, PA 19101
SUBJECT: 89--BREAD AND BAKERY PRODUCTS
SOL SPO300-97-R-D016
DUE 012797
POC FRED RADTKE (215) 737-3872, Contracting Officer, William
  Smith (215) 737-4298.
DESC: CAMP PENDLETON, CA, METROPOLITAN DETENTION CENTER, CA;
  BREAD & BAKERY products for 12 month delivery period beginning
  01 May 1997 and ending 30 April 1998. The contract will be
  12 Months Unrestricted Acquisition with Evaluation Preference
  for SDB Concerns for DOD Troop Issue items only. All materials
  used in fabrication are to be furnished by offer(s). All responsible
  sources may submit proposals which will be evaluated by the
  agency. Solicitation request may be transmitted via Facsimile
  *(215) 737-7081. ATTN: HFVW. Anticipated Solicitation Issuance
  Date 09 December 1997.
CITE: (M-339 SN008712)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, ATTN: DPSC-HFMN, 2800
  South 20th Street, Philadelphia, PA 19101
SUBJECT: 89--MILK AND MILK PRODUCTS
SOL SP0300-97-R-D034
DUE 011397
POC Yasmin Dossa, (215) 737-8020, Contract Specialist; Barbara
  L. Jordan, (215) 737-7523, Contracting Officer.
DESC: VA Hines, IL; VA Westside, IL; VA Lakeside, IL; VA N. Chicago,
  IL; and Metro Correction Ctr, IL, requires indefinite quantity
  of Milk and Milk Products for a delivery period beginning 01
  May 1997 and ending 30 April 1998. The contract will be for
  twelve (12) months. Unrestricted Acquisition and Unrestricted
  Acquisition with Evaluation Preference for SDB Concerns-Troop
  Issue Only. All materials used in fabrication are to be furnished
  the successful bidder(s). Solicitation requests may be transmitted
  via (215) 737-2579, Attn: Yasim Dossa/DPSC-HFV. All responsible
  sources may submit a proposal which shall be considered by
  the agency. Anticipated solicitation  issuance date of 22 December
  1996.
CITE: (M-339 SN008713)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91 -- COAL, SUB-BITUMINOUS/BITUMINOUS
SOL SP0600-97-R-0020
DUE 122396
POC Contact S. Nichols, Contract Specialist, (703) 767-8523/D.
  Frankel, Contracting Officer, (703) 767-8534
DESC: Modification:  This synopsis was originally published in
  the CBD on 11 Oct and modified on 27 Nov 96.  This modification
  is issued to correct the solicitation number to SP0600-97-R-0020.
   All other information published in the original and first
  modification synopses remain the same.
CITE: (I-339 SN008682)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue,
  Chambersburg, PA 17201-4152
SUBJECT: 91-KERO-CUT MIXTURE, 70% NO. 2 FUEL OIL, 30% KEROSENE
SOL DAAC67-97-Q-0141
DUE 012097
POC Point of Contact - Karen McKibben, Contract Specialist, 717-267-9753
  x309. Contracting Officer, Brenda S. Earnest, 717-267-9817
  x260
DESC: Kero-cut mixture consists of 70% No. 2 Fuel Oil and 30%
  Kerosene used for heating of buildings.  Estimated quantity
  is 33,000 gallons and shall be automatically delivered on a
  degree day basis through the period of performance which is
  1 Feb 97 thru 30 May 97.  There are approximately 91 tanks
  with a tank capacity of 1,000 gallons or less at Letterkenny
  Army Depot, Chambersburg, PA.  Only responsible sources will
  be considered for participation in this acquisition.  Anticipated
  award date is 31 Jan 97.  Only written requests for solicitation
  packages will be accepted and may be datafaxed to (717) 267-9834.
EMAILADD: tkeller@letterkenn-emhl.army.mil
EMAILDESC: 
CITE: (D-339 SN008714)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O.
  Box 225, Stoneville, MS  38776-0225
SUBJECT: 99-INSECT VIRUS
SOL 97-4431-005
DUE 020897
POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361
DESC: The USDA, ARS, Mid South Area, Stoneville, Mississippi
  intends to procure a sole source contract with Biosys, Inc.,
  10150 Old Columbia Road, Columbia, MD 21406-1704 for 82,000
  acre treatments of Gemstar (insect virus). All interested parties
  may express their interest and ability to meet the requirements
  through submission of clear and convincing documentation on
  their product to the contracting officer within 15 days after
  the date of this notice.  No solicitation documents exists
  and oral communications are not acceptable.  See Numbered Note
  22.
CITE: (I-338 SN008613)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034,
  Portland, OR 97207
SUBJECT: 99 -- PROCUREMENT AND INSTALLATION OF CONCRETE GRAVELINERS
SOL IFB 648-05-97
DUE 011397
POC Terry Albertus, 503-220-8262, x7105
DESC: The VA Medical Center, Portland, Oregon, has a requirement
  to contract for the procurement and installation of concrete
  graveliners for a one base year period with four (4) option
  years. This procurement is a total small business set-aside.
  A concern is small if its average annual receipts for its preceding
  three years did not exceed 3.5 million dollars. The standard
  classification code no. 7621 applies to this solicitation.
  Fax requests for a copy of the solicitation will be accepted
  at (503) 273-5335.
CITE: (I-339 SN008724)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK,
  FREDERICK MD 21702-5014
SUBJECT: A--INTEGRATION OF TEXT, IMAGE AND CHEMISTRY DATABASES
  ON GUI CLIENTS DESIGNED FOR DRUG DISCOVERY AND DEVELOPMENT
POC Contracting Officer Patricia M. McAllister (301) 619-7360
  (Site Code DAMD17)
CNT DAMD17-97-C-7018
AMT $72,600
DTD 110896
TO DATAASPECTS CORPORATION, 104 LASUEN COURT, LOS GATOS, CA 95032
CITE: (I-339 SN008885)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Lewis Research Center, 21000 Brookpark Road, Cleveland,
  Ohio 44135
SUBJECT: A -- SHORT HAUL CIVIL TILTROTOR CONTINGENCY POWER SYSTEM
  PRELIMINARY DESIGN
POC Kurt R. Brocone, Contract Specialist, (216) 433-2769,.
CNT NAS3-97029
AMT $1,478,106.00
LINE N/A
DTD 112096
TO Allison Engine Company, P.O. Box 420, Indianapolis, IN 46206-04202
CITE: (I-339 SN008939)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commander, Pacific Division, Naval Facilities Engineering
  Command, Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300
  (Code 0211)
SUBJECT: C--ARCHITECT-ENGINEER SERVICES FOR TOPOGRAPHIC, HYDROGRAPHIC,
  CADASTRAL AND PAVEMENT CONDITION SURVEYS, VARIOUS PACNAVFACENGCOM
  AREAS
POC Contact Ms. Donna Matsuura, Contract Specialist, (808) 474-6321
CNT N62742-96-D-0021
AMT $25,000.00
DTD 112696
TO ControlPoint Surveying, Inc., 1043 Wong Ho Lane, Honolulu,
  HI 96814
CITE: (I-338 SN008614)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (Bid Clerk/vpl), Maintenance and Logistics
  Command Pacific, Coast Guard Island, Bldg. 50-7, Alameda, CA
  94501-5100
SUBJECT: J--DOCKSIDE REPAIR OF USCGC HAMILTON (WHEC 715)
POC Mary Ann Sanchez, (510) 437-5742.
CNT DTCG85-96-C-625L47
AMT $353,280.00
LINE ALL DEFINITE ITEMS
DTD 112296
TO San Pedro Boat Works
CITE: (M-339 SN008687)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: AETC CONS/LGCR  550 D Street East Ste 08 Randolph AFB
  TX 78150-4434
SUBJECT: J--REFRIGERATION AND HVAC MAINTENANCE FOR DECA'S NW
  REGION
POC Harold R. Stark, 210-652-3838
CNT F41689-97-D-0300
AMT $1,181,410.00
LINE 0001
DTD 102596
TO Scottpolar Corporation, 1321 S. Swaner Rd, Ste A, Salt Lake
  City, UT 84104
EMAIL starkh@rndgate1.aetc.af.mil
EMAILDESC: 
CITE: (W-339 SN008925)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Chief, A&MMS (90), VA Outpatient Clinic, 543 Taylor Avenue,
  Columbus, OH 43203-1278
SUBJECT: J -- MAINTENANCE AND REPAIR OF RADIOGRAPHIC EQUIPMENT
POC Contracting Officer: Greg Hanks, 614.257.5522; Additional
  Contact: Don Anderson, 614.257.5524
CNT V757P-0315
AMT $640,280
LINE All
DTD 120396
TO Siemens Medical Systems, Inc., 186 Wood Avenue South, Iselin,
  NJ 08830
CITE: (I-339 SN008993)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: L -- TECHNICAL REPRESENTATIVE SERVICES
POC D. Stokes
CNT N00406-97-C-5038
AMT $210,759
LINE N/A
DTD 112996
TO american systems engineering corp 2829 guardian lane virginia
  beach va 23452
CITE: (I-339 SN008733)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: US Department of Commerce, National Oceanic and Atmospheric
  Administration, PGAS, Procurement Operations Division, 1325
  East West Highway, Station 4301:EFT, Silver Spring, Maryland
  20910-3283
SUBJECT: M -- OPERATION, MAINTENANCE, AND TECHNICAL SUPPORT OF
  THE GOES DATA DISTRIBUTION SYSTEM
CNT 50-DGNE-6-90068, Modification 0014
AMT $1,529,852.00
DTD 112796
TO PRC Inc., 1500 PRC Dr., McLean, VA  22102
CITE: (I-339 SN008653)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons--Southeast Regional Office,
  523 McDonough Blvd., SE., Atlanta, GA 30315
SUBJECT: Q--PHARMACY TECHNICIAN SERVICES
POC Administrative Contracting Officer, Lou Rivera, USP Atlanta,
  (404) 635-5100, x131, Contracting Officer, Robert J. Kruskie,
  (404) 635-5646.
CNT J131c-099
AMT $18,331.04
DTD 111996
TO VFC Associates, Inc., 6108 North Morgan Street, Alexandria,
  Virginia 22312
CITE: (M-339 SN008688)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons South Central Regional Office, 4211
  Cedar Springs Road Suite 201, Dallas, TX 75219
SUBJECT: Q -- HOSPITAL SERVICES
POC Gwendolynne Todd, Contracting Officer, (214) 767-5902.
CNT J151c-099
AMT $30,000.00
LINE N/A
DTD 120296
TO Scenic Mountain Medical Center, 1601 11th Place, Big Spring,
  TX 79720 (915) 263-1221
CITE: (I-339 SN008762)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725
  Jefferson Davis Hwy, Suite 1200, Arlington, VA 22202
SUBJECT: R -- BALLISTIC MISSILE DEFENSE ORGANIZATION MANAGEMENT
  INFORMATION SYSTEM (MIS) SUPPORT SERVICES
POC POC: LT Jeffrey Miller, (703) 604-4454, CBD Reference Number:
  BMDO 96-09.
CNT HQ0006-97-C-0004
AMT $4,512,388.00
LINE 0001, 0002, 0003, 00
DTD 112796
TO Nichols Research Corporation, 4040 So. Memorial Parkway, Huntsville,
  AL 35815-1502
CITE: (I-339 SN008983)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Operational Contracting Officer, 914 Airlift Group (AFRES),
  2720 Kirkbridge Dr., Niagara Falls International Airport_Air
  Reserve Station, NY 14304-5001
SUBJECT: S--LAUNDRY AND DRY CLEANING
POC Martin A. Troutman, (716) 236-2211/Contracting Officer, Dennis
  M. Pasiak, (716) 236-2177.
CNT F30617-96-D-0005/F30617-96-B-0002
DTD 100196
TO North East Cleaners Inc., 99 Niagara Street, Tonawanda, NY
  14150-1106
CITE: (M-339 SN008686)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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 FORESHORE DIKE CONSTRUCTION, MILE 0.5R A.H.P.
  TO MILE 0.8R B.H.P., PLAQUEMINES PARISH, LA
CNT DACW29-97-C-0012
AMT $1,704,000.00
LINE Items 0001 thru 0006
DTD 120396
TO Bertucci Contracting Corp.; P.O. Box 10582; Jefferson, LA
  70181
CITE: (I-339 SN008717)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commander, Pacific Division, Naval Facilities Engineering
  Command, Contracts Department, 4262 Radford Drive, Honolulu,
  HI  96818-3296 (Code 0212)
SUBJECT: Z--SPECIAL PROJECT R3-93, ROOF REPAIRS, BUILDING 39
  AT THE FORD ISLAND, NAVAL STATION, PEARL HARBOR, OAHU, HAWAII
POC Contact Mr. Ira Kight, Procurement Technician, Ms. Ann Saki-Eli,
  Contract Specialist, Telephone No. (808) 474-7120, Facsimile
  No. (808) 474-7316
CNT Contract No. N62742-95-C-1412
AMT $946,280.00
DTD 120296
TO Commercial Roofing & Waterproofing, 2002 Kahai Street, Honolulu
  HI 96819
CITE: (I-338 SN008612)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 14th Contracting Squadron, 555 Seventh St, Suite 113,
  Columbus AFB, MS 39710-1006
SUBJECT: Z--PURCHASE/INSTALL ELEVATORS, BASE HOSPITAL
POC Valerie Fox, Contract Specalist, 14th Contracting Squadron
  (601-434-7782)
CNT F22608-97-C0001
AMT $134,997.00
LINE 0001-0001AA
DTD 112596
TO Cherokee Construction Co., P.O. Box 9620, Columbus, MS  39705-9620
EMAIL foxv@colgate1.col.aetc.af.mil
EMAILDESC: 
CITE: (W-339 SN008718)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION,
  P. O. BOX 1229, GALVESTON TX 77553-1229
SUBJECT: Z--MOUTH OF COLORADO RIVER, TEXAS, DREDGING NAVIGATION
  CHANNEL AND IMPOUNDMENT BASIN IN MATAGORDA COUNTY, TEXAS
POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site
  Code DACW64)
CNT DACW64-97-C-0004
AMT $981,300
DTD 120396
TO MIKE HOOKS INC, PO BOX 1525, LAKE CHARLES, LA 70602
CITE: (I-339 SN008876)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: Z--REPAIR FIRE STATION, BUILDING 85, INDIAN SPRINGS,
  NEVADA
POC Contract Specialist Sandy Oliver-Hall (213) 452-3243 (Site
  Code DACW09)
CNT DACA09-97-C-0010
AMT $631,450
DTD 112196
TO VALENZUELA ENGINEERING INC, 3130 SKYWAY DRIVE #702, SANTA
  MARIA, CA 93455
CITE: (I-339 SN008886)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Air Weapons
  Station, China Lake, California 93555-6001
SUBJECT: Z--INDEFINITE QUANTITY MULTI-TRADES FY 97
POC Diane Steel, Contract Specialist, (619) 939-4401, Bart J.
  Parker, Contacting Officer, (619) 939-4412.
CNT N62474-96-D-6354
AMT $873,778.00
DTD 112796
TO CAL, Inc., 2040 Peabody Road, Suite 400, Vacaville, CA 95687
CITE: (M-339 SN008900)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Dept of Health and Human Services, Indian Health Service,
  Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm
  710, Seattle, WA 98121
SUBJECT: Z--STANDING ROCK R&I LABORATORY - REISSUE, FT. YATES,
  ND - (PROJECT NO. AB8SR416H7)
CNT 102-97-0005 (Sol. #102-IFB-96-0022)
AMT $798,527
LINE 001 & 002
DTD 111896
TO Mousel Construction, Inc., P.O. Box 2650, Rapid City, SD 57709-2650
CITE: (W-339 SN008918)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-INITIATOR, EXPLOSIVE ACTUATED
POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284,
  Twx, Not-avail
CNT N0010497CKA06, Sol Nr N00104-96-R-K103, NIIN 01133
AMT $105,897
DTD 110796
TO Teledyne Mcccrmick Selph , Hollister ,CA 95023-9635
CITE: (I-339 SN008861)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-FIRE EXTINGUISHER, CTG.
POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284,
  Twx, Not-avail
CNT N0010497CKA10, Sol Nr N00104-96-R-K106, NIIN 01116
AMT $93,345
DTD 110496
TO Pacific Scientific Co , Chandler ,AZ 85226-0000
CITE: (I-339 SN008862)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-INITIATOR, CARTRIDGE
POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284,
  Twx, Not-avail, Contracting Officer, N. Quinn, 0242.10, (717)790-1152
CNT N0010497CKA12, Sol Nr N00104-96-R-K065, NIIN 00845
AMT $125,624
DTD 110696
TO Charl Industries Inc , Hauppauge ,NY 11788-4004
CITE: (I-339 SN008863)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-MK 17 MOD O IGNITION ELEMENT
POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284,
  Twx, Not-avail
CNT N0010497CKA14, Sol Nr N00104-96-R-K117, NIIN 00119
AMT $114,277
DTD 110796
TO Woerner Engineering Inc , Elbert ,CO 80106-0000
CITE: (I-339 SN008864)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-M499 CUTTER, POWDER ACTUATED
POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284,
  Twx, Not-avail
CNT N0010497CKA19, Sol Nr N00104-96-R-K120, NIIN 00777
AMT $56,508
DTD 111396
TO Charl Industries Inc , Hauppauge ,NY 11788-4004
CITE: (I-339 SN008865)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 14-MECHANISM ASSEMBLY
POC Contact Point, Rosemary   A Devlin, 0235.03, (215)697-5976,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396D042G7000, NIIN 014133910
AMT $433,748
DTD 112696
TO Varo Inc , Garland ,TX 75046
CITE: (I-338 SN008533)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-FITTING,STRUCTUAL
POC Contact Point, Harry      G Burkart, 0233.12, (215)697-4870,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis
     X Mcglinn, 0233.04, (215)697-3453
CNT N0038392GK3119991, NIIN 014373122
AMT $73,391
DTD 112796
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008534)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-TANK,LUBRICATING OI
POC Contact Point, Harry      G Burkart, 0233.12, (215)697-4870,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis
     X Mcglinn, 0233.04, (215)697-3453
CNT N0038392GK3119992, NIIN 011298384
AMT $50,491
DTD 112796
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008535)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-CANOPY,MOVABLE
POC Contact Point, Beverly    D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, Twx, Not-avail
CNT N0038393GB4179076, NIIN 013901116
AMT $461,772
DTD 112696
TO Mcdonnell Douglas Corp , Saint Louis ,MO 63166-0516
CITE: (I-338 SN008536)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-SUPPORT ASSEMBLY,BE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF6Y, NIIN 012212619
AMT $95,445
DTD 103196
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008537)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-TIP,AIRCRAFT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF6Z, NIIN 013399308
AMT $204,088
DTD 103196
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008538)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-LINING,FRICTION
POC Contact Point, Margaret   A Filipone, 0223.11, (215)697-2066,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Donald
      F Mcgettigan, 0223.02, (215)697-6549
CNT F0960391G0023GB42, NIIN 012466343
AMT $26,950
DTD 112596
TO Aircraft Braking Systems Corp , Akron ,OH 44306-4186
CITE: (I-338 SN008539)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SCISSORS ASSEMBLY
POC Contact Point, Joseph     W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038392GK3119988, NIIN 011594708
AMT $419,151
DTD 112696
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008540)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SWASHPLATE ASSEMBLY
POC Contact Point, Leah       Y Lester, 0233.11, (215)697-3719,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis
  X Mcglinn, 0233.04, (215)697-3453
CNT N0038392GK3119990, NIIN 011594704
AMT $28,614
DTD 112796
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008541)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-BLADE ASSEMBLY,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038393G003VW725, NIIN 012568268
AMT $75,000
DTD 110696
TO Bell Helicopter Textron Inc , Fort Worth ,TX 76101
CITE: (I-338 SN008542)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-BEARING,BLADE RETEN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7C, NIIN 011589606
AMT $477,751
DTD 102996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008543)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-DAMPENER,VIBRATION
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7D, NIIN 013470735
AMT $457,566
DTD 102996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008544)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-HEAD,ROTARY WING
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7F, NIIN 012185661
AMT $245,000
DTD 110196
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008545)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-HUB ASSEMBLY,ROTARY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7G, NIIN 012643928
AMT $498,000
DTD 110196
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008546)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-PANEL,CONTROL,ELECT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7M, NIIN 013631845
AMT $99,236
DTD 103096
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008547)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
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
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7Q, NIIN 012861016
AMT $149,966
DTD 110396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008548)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-GEARBOX ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8H, NIIN 012684420
AMT $150,000
DTD 111296
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008549)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-CONTROL PANEL ASSEM
POC Contact Point, Gerald     R Buday, 0235.11, (215)697-6511,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395D007G7012, NIIN 011644125
AMT $400,396
DTD 112596
TO United Technologies Corp , Windsor Locks ,CT 06096-1010
CITE: (I-338 SN008550)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SCROLL ASSEMBLY
POC Contact Point, Joyce      L Curry, 0223.05, (215)697-6510,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395GM1205317, NIIN 008876864
AMT $296,332
DTD 112696
TO Alliedsignal Inc , Tempe ,AZ 85285-2200
CITE: (I-338 SN008551)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-CONTROLLER,ELECTRIC
POC Contact Point, Donna      M Sibel, 0224.04, (215)697-5970,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, James
  F Ulrich, 0224.01, (215)697-1294
CNT N0038395G004H7001, NIIN 011428831
AMT $795,000
DTD 112596
TO Aerospace Avionics Inc , Bohemia ,NY 11716
CITE: (I-338 SN008552)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-VALVE,LINEAR,DIRECT
POC Contact Point, Tim          Vanas, 0233.18, (215)697-6232,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria
  C Allen, 0233.01, (215)697-3770
CNT SP070095G0005GC10, NIIN 001690637
AMT $365,500
DTD 112596
TO Tactair Fluid Controls Inc , Liverpool ,NY 13088
CITE: (I-338 SN008553)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CARRIER, TURBINE COM
SOL SP0920-96-Q-A209
CNT SP0920-97-M-0957
AMT $55,662.04
LINE 0001 THROUGH 7001
DTD 112296
TO Huntington Valley Industries 5142 Bolsa Ave Suite 105 Huntington
   Beach CA 92649-1048
CITE: (I-339 SN008647)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd,
  St. Louis, MO 63120-1798
SUBJECT: 16 -- MAST, MAIN ROTOR SUP, NSN: 1615-01-166-1963, P/N:
  7-311160020, QTY: 81 EA
POC John Heilman, Contract Specialist, AMSAT-A-PLBB, 314-263-0741,
  or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769.
CNT DAAJ09-97-D-0012/0001
AMT $ 1,356,993.00
LINE 0001AA
DTD 112596
TO Fenn Mfg. Inc., 300 Fenn Road, Newington CT 06111-2244
CITE: (I-339 SN008736)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--SHIELD, AIRCRAFT GROUND SERVICING. EXCEPTION
CNT SP0740-97-C-0543
AMT $149,987.60
LINE 0002 THROUGH 5002AA
DTD 120396
TO Weckworth Mfg Inc DBA Weckworth-Langdon 1806 W 2ND St P.O.Box
   3435 Wichita KS 67201-3435
CITE: (I-339 SN008628)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--END ASSEMBLY, AMMUNITION CHUTE.
SOL SP0760-96-Q-T459
CNT SP0760-96-M-T945
AMT $28,800.60
LINE 0001
DTD 110496
TO Kampi Components Co., Inc.  210 Route 13 Bristol, PA 19007
CITE: (I-339 SN008629)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--IMPULES SWITCH.
SOL 96TMG6-72-P-0700
CNT SP0770-97-M-EN89
AMT $28,023.60
LINE 0001
DTD 120496
TO Heavy equipment parts Inc.  2416 Radley CT. no 4 Hayward,
  CA.   94545
CITE: (I-339 SN008631)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 26-TIRE,PNEUMATIC
POC Contact Point, John       M Mccarry, 0235.13, (215)697-2803,
  Fax, (215)697-0483, Twx, Not-avail
CNT N0038395D027G5001, NIIN 008347441
AMT $244,315
DTD 112596
TO Goodyear Tire And Rubber Co The , Akron ,OH 44316-0001
CITE: (I-338 SN008554)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 26-TIRE,PNEUMATIC
POC Contact Point, John       M Mccarry, 0235.13, (215)697-2803,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Douglas
       Nevins, 0235, (215)697-6539
CNT N0038397CG008, NIIN 001654043
AMT $706,500
DTD 112696
TO Goodyear Tire And Rubber Co The , Akron ,OH 44316-0001
CITE: (I-338 SN008555)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 26-TIRE,PNEUMATIC,AIRC
POC Contact Point, Carol      A Burke, 0222.06, (215)697-3454,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PP137, NIIN 014199867
AMT $39,572
DTD 112696
TO Northwestern Motor Co Inc , Eau Claire ,WI 54702
CITE: (I-338 SN008556)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SADDLE VANE,TURBINE
POC Contact Point, Bernadette   Palmarini, 0232.27, (215)697-1185,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460195G0012GCX7, NIIN 012470265
AMT $364,705
DTD 112696
TO Allison Engine Co Inc , Indianapolis ,IN 46206-0420
CITE: (I-338 SN008557)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-PARTS KIT,BEARING S
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394D009M0009, NIIN 006073562
AMT $38,421
DTD 111396
TO Stein Seal Co , Kulpsville ,PA 19443
CITE: (I-338 SN008558)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-VANE,COMPRESSOR
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5371, NIIN 995172707
AMT $31,019
DTD 112596
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-338 SN008559)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-VANE,TURBINE ENGINE
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5372, NIIN 995550103
AMT $64,718
DTD 112596
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-338 SN008560)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-VALVE ASSEMLBY,SURG
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396D003H0001, NIIN 011506998
AMT $2,076,952
DTD 110596
TO Alliedsignal Inc , Tempe ,AZ 85285-2200
CITE: (I-338 SN008561)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SUPPORT RING,NOZZLE
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM057, NIIN 012794252
AMT $178,520
DTD 112596
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-338 SN008562)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-ARM, VANE ACTUATING
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PM061, NIIN 000600107
AMT $86,969
DTD 112596
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-338 SN008563)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--ENGINE BLOCK ASSEMBLY, GASOLINE. ON OMC ENG
SOL SP0760-96-Q-BA38
CNT SP0760-97-M-8899
AMT $42,500.48
LINE 0001 THROUGH 0002
DTD 120496
TO Nestor sales Inc DBA ACE tool Co 7337 Bryan dairy Rd largo
  FL  34647
CITE: (I-339 SN008630)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--BLADE, STEAM TURBINE.
SOL 97T594-02-P-0700
CNT SP0700-94-G-0003-0164
AMT $82,602.00
LINE 0001
DTD 120496
TO Westinghouse Electric Corp Electronic Systems Group Marine
  Div  MLS 401 E Hendy Ave MS 33-3 P O Box 3499## Sunnyvale CA
  94088-3499
CITE: (I-339 SN008635)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 28--BLADE, COMPRESSOR
SOL SP0500-96-Q-1021
CNT SP0500-97-M-K807
AMT $57,100.00
LINE 0001
DTD 120496
TO Aviation sales Co Inc 6905 N W 25TH St P O Box 522914 Miami
  FL  33152-1805
CITE: (I-339 SN008779)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-QUADRANT ASSEMLBY,P
POC Contact Point, Beverly    D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, Twx, Not-avail
CNT N0038393GB4179075, NIIN 011440046
AMT $249,036
DTD 112596
TO Mcdonnell Douglas Corp , Saint Louis ,MO 63166-0516
CITE: (I-338 SN008564)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-VALVE ASSEMBLY,ANTI
POC Contact Point, John       J Kenney, 0234.03, (215)697-6525,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394D019G7001, NIIN 013056942
AMT $219,045
DTD 112796
TO Alliedsignal Inc , Tempe ,AZ 85285-2200
CITE: (I-338 SN008565)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-SYSTEM CONTROL UNIT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M013J, NIIN 012302333
AMT $92,355
DTD 101996
TO Lucas Aerospace Inc , Englewood ,NJ 07631
CITE: (I-338 SN008566)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30-SHAFT,STRAIGHT
POC Contact Point, Bernadette E Davis-golden, 0234.04, (215)697-6566,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G011M5070, NIIN 013468099
AMT $126,600
DTD 112696
TO Lucas Western Inc , Utica ,NY 13503
CITE: (I-338 SN008567)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30-GEAR SET ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M015J, NIIN 011257866
AMT $47,717
DTD 111896
TO Lucas Aerospace Inc , Englewood ,NJ 07631
CITE: (I-338 SN008568)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--CYLINDER ASSEMBLY, ACTUATING, LINEAR. ON!
CNT SP0750-97-M-7137
AMT $92,635.83
LINE 0001 THROUGH 0002
DTD 120496
TO CASE J. I. Co.  700 State St.  Racine, WI.  53404
CITE: (I-339 SN008634)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-1798
SUBJECT: 30 -- CONNECTING LINK, RIGID, NSN:3040-01-352-1531,
  P/N:7-311411155-11, QTY:104 EACH, APPLICABLE TO AH-64 AIRCRAFT
POC Patrick Downs, Contract Specialist, AMSAT-A-PLBB, 314-263-0755,
  Datafax 314-263-9012, Beverly H. Ratliff, Contracting Officer,
  314- 263-0769.
CNT DAAJ09-97-C-0045
AMT $ 499,096.00
LINE 0001AA
DTD 112996
TO Fenn Manufacturing Company, 300 Fenn Road, Newington, CT 06111
CITE: (I-339 SN008735)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--CAP, PILLOW BLOCK
SOL SP0500-96-Q-X985
CNT SP0700-95-G-0005-TZ37
AMT $48,000.00
LINE 0001
DTD 120496
TO Tactair Fluid Controls Inc 942 Old Liverpool Rd Liverpool
  NY  13088
CITE: (I-339 SN008783)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 43-PUMP,RADIAL PISTONS
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396G005JUN11, NIIN 012015961
AMT $123,360
DTD 101096
TO Vickers Inc , Jackson ,MS 39206
CITE: (I-338 SN008569)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 43-PUMP UNIT,ROTARY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M011P, NIIN 012992029
AMT $53,812
DTD 112496
TO Quaker Pump Co , North Wales ,PA 19459-0000
CITE: (I-338 SN008570)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--CORE ASSEMBLY, FLUID COOLER.
SOL SP0770-96-Q-QF45
CNT SP0770-97-M-AX36
AMT $38,560.14
LINE 0001
DTD 120496
TO Enerquip Inc 611 North Rd Medford WI 54451-1154
CITE: (I-339 SN008633)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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--ELBOW, SWIVEL FLANGE TO TUBE.
SOL SP0770-96-Q-PN41
CNT SP0770-97-M-CN18
AMT $95,940.00
LINE 0001
DTD 120496
TO Orbital parts Inc 615 S 4TH Ave Mansfield TX 76063
CITE: (I-339 SN008636)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--PARTS KIT, FUEL AND OIL SERVICING NOZZLE.
SOL SP0760-96-R-2686
CNT SP0760-97-C-4404
AMT $161,564.78
LINE 0001 THROUGH 0004
DTD 120496
TO Carter ground fueling Co Div of Carter J C Co Inc 671 W 17TH
  St  Costa Mesa CA 92627
CITE: (I-339 SN008632)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-BOLT,EXTERNALLY REL
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5370, NIIN 993834186
AMT $31,996
DTD 112596
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-338 SN008571)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-SPACER,PLATE
POC Contact Point, Dorothy      Henderson, 0233.06, (215)697-2814,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CN013, NIIN 011527088
AMT $209,000
DTD 112596
TO Baltic Machine Inc , Glastonbury ,CT 06033
CITE: (I-338 SN008572)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--CASTER, SWIVEL
CNT SP0500-97-C-0028
AMT $463,300.00
LINE 0001AA THROUGH 0001A
DTD 120496
TO Albion Industries Inc 800 N Clark St P O Box 411 albion MI
  49224
CITE: (I-339 SN008775)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BRACKET, MOUNTING
SOL SP0500-96-Q-Z252
CNT SP0500-97-W-0808
AMT $83,150.40
LINE 0001
DTD 120496
TO Preci-mfg Inc 400 Weaver St Winooski VT 05404-1344
CITE: (I-339 SN008776)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--MOUNT, RESILIENT
CNT SP0500-97-M-L588
AMT $50,000.00
LINE 0001 THROUGH 0002
DTD 120496
TO Triumph Mfg Co Inc 750 tolland Street P O Box 380148 East
   Hartford CT 06138-0148
CITE: (I-339 SN008777)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--CLAMP ASSEMBLY, ENGINE
SOL SP0500-97-Q-SM41
CNT SP0500-97-M-K566
AMT $61,060.50
LINE 0001
DTD 120496
TO Capy machine shop Inc 79 OTIS St West babylon NY 11704
CITE: (I-339 SN008781)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Boulevard,
  St. Louis, MO 63120
SUBJECT: 54 -- SPARE PARTS FOR THE MEDIUM GIRDER BRIDGE
POC Sharon Williams, Contract Specialist, 314-263-0672, Rosie
  Bell, Contracting Officer, 314-263-0671.
CNT DAAK01-97-C-0007
AMT $ 883,757.63
LINE 0001AA - 0030AA
DTD 112796
TO Williams Fairey Engineering, Limited, Post Office Box 41,
  Crossley Road, Heaton Chapel, Cheshire, England SK4 5BD
CITE: (I-339 SN008737)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L
CNT SP0500-97-C-0029
AMT $244,198.40
LINE 0001 THROUGH 0005
DTD 120496
TO Middle Atlantic wholesale lumber Inc 10220 S dolfield Rd Suite
   106 Owings Mills MD 21117
CITE: (I-339 SN008778)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, HARDWOOD; IN ACCORDANCE WITH
SOL SP0500-97-Q-3388
CNT SP0500-97-M-L766
AMT $73,440.00
LINE 0001
DTD 120496
TO Truitt and white lumber Co 642 hearst Ave Berkeley CA 94710-1928
CITE: (I-339 SN008780)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Fleet and Industrial Supply Center Norfolk Detachment
  Washington DC, Washington Navy Yard, Bldg. 200, 4TH Floor,
  901 M Street, SE, Washington, D.C.
SUBJECT: 58 -- PURCHASE OF DIGITAL RANGE COMMUNICATION SYSTEM
CNT N00600-96-R-2142/N00600-97-C-0277
AMT $2,554,697.00
LINE 0001
DTD 112296
TO Orion Systems, Inc., 602 Masons Mill Business Park, Huntingdon
  Valley, PA  19006.  The contract was awarded for CLIN 0001
  (Lot I) at $2,554,697.00 with a potential amount of $47,965,982.00
  if all options are exercised.
CITE: (I-338 SN008528)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-MODULE ASSEMBLY,SER
POC Contact Point, Stanley    L Shumas, 0234.02, (215)697-3774,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038392GK0237001, NIIN 011599036
AMT $943,830
DTD 112796
TO Northrop Grumman Corp , Hawthorne ,CA 90250
CITE: (I-338 SN008573)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-INTERFACE UNIT,DATA
POC Contact Point, Sylvia     M Cummings, 0221.03, (215)697-2583,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038393GM6065005, NIIN 013825118
AMT $284,300
DTD 112796
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-338 SN008574)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
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,SIGNAL DAT
POC Contact Point, Sylvia     M Cummings, 0221.03, (215)697-2583,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038393GM6065006, NIIN 013825123
AMT $301,103
DTD 112796
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-338 SN008575)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-TRANSDUCER,SONAR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G209NUU24, NIIN 013360466
AMT $100,500
DTD 110696
TO Alliedsignal Inc , Teterboro ,NJ 07608-1173
CITE: (I-338 SN008576)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-RECEIVER,SONAR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G209NUU30, NIIN 013298008
AMT $54,590
DTD 110696
TO Alliedsignal Inc , Teterboro ,NJ 07608-1173
CITE: (I-338 SN008577)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-ELECTRONIC COMPONEN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396G013JZ704, NIIN 004704429
AMT $30,000
DTD 110796
TO Rockwell Intl Corp , Richardson ,TX 75083-3807
CITE: (I-338 SN008578)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-RECEIVER-TRANSMITTE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397PXZ80, NIIN 012153454
AMT $390,025
DTD 110196
TO Rockwell Intl Corp , Cedar Rapids ,IA 52498
CITE: (I-338 SN008579)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-ELECTRON TUBE
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GM4005052, NIIN 013351622
AMT $110,280
DTD 112596
TO Kaiser Electronics A Kaiser , San Jose ,CA 95134-2083
CITE: (I-338 SN008580)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMB
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GM4005053, NIIN 013603807
AMT $66,654
DTD 112696
TO Kaiser Electronics A Kaiser , San Jose ,CA 95134-2083
CITE: (I-338 SN008581)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMB
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G020JWQ19, NIIN 002803129
AMT $356,875
DTD 110396
TO Lockheed Martin Tactical Systems In , Saint Paul ,MN 55121
CITE: (I-338 SN008582)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-REEL CABLE ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G209NUU28, NIIN 013635053
AMT $58,500
DTD 110696
TO Alliedsignal Inc , Teterboro ,NJ 07608-1173
CITE: (I-338 SN008583)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMB
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G209NUU34, NIIN 013574373
AMT $39,887
DTD 110696
TO Alliedsignal Inc , Teterboro ,NJ 07608-1173
CITE: (I-338 SN008584)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-ELEK MOD ASM, FIB
POC Contact Point,      G L Baltzell, 0243.2, (717)790-7639,
  Fax, (717)790-2284, Twx, Not-avail
CNT N0010497CFA20, Sol Nr N00104-95-R-FJ26, NIIN LLH76
AMT $52,974
DTD 121396
TO Lockheed Martin Federal Systems Inc , Manassas ,VA 22110 -
  -4104
CITE: (I-339 SN008866)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-RESISTOR ASSEMBLY
POC Contact Point, Valerie L Bowman, 87321.1, (717)790-5883,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010497PBC93, Sol Nr N00104-96-Q-BV38, NIIN 01430
AMT $49,609
DTD 112896
TO Ward Leonard Electric Co. Inc. , Mount Vernon ,NY 10550-17
CITE: (I-339 SN008867)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-POWER SUPPLY
POC Contact Point, Kathleen   M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394G700N5211, NIIN 014144937
AMT $67,630
DTD 112696
TO Alliedsignal Inc , Teterboro ,NJ 07608-1173
CITE: (I-338 SN008585)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-POWER SUPPLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G209NUU29, NIIN 011054663
AMT $34,780
DTD 110696
TO Alliedsignal Inc , Teterboro ,NJ 07608-1173
CITE: (I-338 SN008586)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-GENERATOR-STARTER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M010J, NIIN 013177867
AMT $99,743
DTD 111996
TO Lucas Aerospace Inc , Englewood ,NJ 07631
CITE: (I-338 SN008587)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-ROTOR,GENERATOR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M014J, NIIN 001017902
AMT $99,603
DTD 111996
TO Lucas Aerospace Inc , Englewood ,NJ 07631
CITE: (I-338 SN008588)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-PROTECTION UNIT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M016J, NIIN 001676759
AMT $96,419
DTD 111996
TO Lucas Aerospace Inc , Englewood ,NJ 07631
CITE: (I-338 SN008589)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center, Acquisition & Materiel Management
  Service, 2250 Leestown Road, Lexington, KY 40511-1093
SUBJECT: 65 -- WHOLE BLOOD AND BLOOD PRODUCTS
POC Contact Point, Betty Spencer (606-281-3956), Contracting
  Officer, FAX 606-281-3971
CNT V596P-2817
AMT $347,796
LINE ALL
DTD 120396
TO CENTRAL KENTUCKY BLOOD CENTER, 330 WALLER AVE., LEXINGTON,
  KY 40504
CITE: (I-339 SN008751)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-CYLINDER ASSEMBLY,A
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7A, NIIN 011585987
AMT $373,594
DTD 103096
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008590)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-CYLINDER ASSEMBLY,A
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7B, NIIN 011585986
AMT $294,000
DTD 102996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008591)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-RAST PROBE ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7E, NIIN 013428449
AMT $327,349
DTD 102996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008592)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-AMPLIFIER ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7N, NIIN 012567324
AMT $91,958
DTD 110196
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008593)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-PANEL,FLIGHT CONTRO
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7P, NIIN 012015468
AMT $180,950
DTD 103096
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-338 SN008594)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 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-FREQUENCY COUNTER
POC Contact Point, R. D. Rhoades, 02151.5, (717)790-3234, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, P. A. Shearer,
  0215, (717)790-3794
CNT N0010497DN004, Sol Nr N00104-96-R-NA06, NIIN 01275
AMT $1
DTD 112196
TO Hewlett-packard Co , Wayne ,PA 19087-5580
CITE: (I-339 SN008868)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 69-DISPLAY,HEADS-UP
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M026J, NIIN 999308516
AMT $32,741
DTD 110596
TO Smiths Industries Aerospace And , Clearwater ,FL 34618
CITE: (I-338 SN008595)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 71--FAB-1153
POC Contracting Officer, THORNTON, LULA, 202/508-3947
CNT 1PI-C-2882-97
AMT $33,999
LINE 0001
DTD 120396
TO AMERICAN EXCELSIOR CO., 302 HIGHWAY 341 SOUTH, BAINESVILLE,
  GA 30204
CITE: (I-339 SN008883)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--COVERALLS, UTILITY, BLUE (3329).
CNT SP0100-97-M-EA72
AMT $71,775.00
LINE 0001AA THROUGH 0002A
DTD 120396
TO Equa Industries Inc William brennan Blvd Bldg 41 guanaji mayaguez
   PR 00680
CITE: (I-339 SN008615)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2877-97
AMT $484,437
LINE 31,32,36,46,47
DTD 120296
TO ResourceNet International, Gov't Sales, A Division of International
  Paper, 1901 Stanford Ct., Landover, MD 20785
CITE: (I-339 SN008878)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2878-97
AMT $179,249
LINE 39
DTD 120296
TO Dillard Paper, 2100 Jefferson Davis HWY, Richmond, VA 23224
CITE: (I-339 SN008879)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2876-97
AMT $327,065
LINE 30,33,34,35,40,43
DTD 111996
TO Lindenmeyr Monroe Corporation, Three Manhattanville Road,
  Purchase, NY 10577-2110
CITE: (I-339 SN008880)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2875-97
AMT $57,905
LINE 1,2,7-10,25
DTD 111996
TO Western Paper Co., Inc., 920 Avenue R., #300, Grand Prairie,
  TX 75050
CITE: (I-339 SN008881)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2880-97
AMT $5,735
LINE 3
DTD 112096
TO Logans Marketing, P.O. Box 13305, San Diego, CA 92101
CITE: (I-339 SN008882)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 96--LEAD PIG
SOL SP0500-97-Q-3926
CNT SP0500-97-M-L863
AMT $44,820.00
LINE 0001
DTD 120496
TO Belmont metals Inc 330 Belmont Ave Brooklyn NY 11207-4010
CITE: (I-339 SN008782)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 6, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99-CIRCUIT CARD ASSEMB
POC Contact Point, Grace      R Soltis, 0222.08, (215)697-6083,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PP135, NIIN LLZ99M055
AMT $87,353
DTD 112696
TO Digital Equipment Corp , Maynard ,MA 01754-2504
CITE: (I-338 SN008596)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
SUBJECT: MICROWAVE TREATMENT OF BENIGN PROSTATIC HYPERPLASIA
DESC:  Sandia National Laboratories (SNL) offers to license its
  patented transurethral applicator for microwave treatment of
  benign prostatic hyperplasia (BPH).  This applicator is distinguished
  from all other devices presently in use for this purpose by
  improved uniformity of fields induced in periurethral tissues.
   The benefit of this feature in clinical practice is greater
  treatment control  thereby avoiding over-treatment leading
  to unnecessary complications or under-treatment leading to
  regrowth.  The greater uniformity of fields induced by radiative
  transfer does not require movement or repositioning of the
  applicator and energy transfer to the periurtheral tissue is
  optimized for each patient.  The technology involves a novel
  electromagnetic structure compatible with otherwise conventional
  catheter platforms. A urethral cooling loop and sensor package
  may be included.    In addition to this direct license, SNL
  offers an opportunity for a CRADA to incorporate the new applicator
  into a complete microwave system for treatment of BPH.  SNL's
  historic mission in radar  brings a vast technology base to
  this development effort.  Furthermore, SNL investment in Biophysics
  offers leverage of a CRADA partner's funds to complete tests
  in vitro of a new method of BPH treatment using the instant
  invention with RF systems that add a new, specific type of
  cellular injury.  The new method and apparatus does not depend
  solely upon heat for treatment efficacy.  Rather, modulation
  effects offer differential cellular injury to preserve normal
  tissue and optimize treatment effects upon hyperplastic cells.
   A CRADA partner would share the method and apparatus already
  developed by SNL to study modulation effects and benefit from
  the data produced in tests with our clinical partners for human
  prostate in vitro.  Such tests could lead to new clinical tools
  for minimally invasive treatment of BPH.  Sandia has an proprietary
  intellectual property position in the  "Microwave Treatment
  of Benign..." technology.  The technology is in the advanced
  stages of technology development, having started clinical testing.
   Approximately one-half million dollar investment has already
  gone into the technology. Sandia believes that the market potential
  for "Microwave Treatment..." is large.  According to the Manufacturing
  USA Directory, sales in the surgical apparatus and instruments
  market is over $25 billion.  Cases of prostate cancer are on
  the increase, and more effective treatment methods will be
  in high demand in the future.  In order to fulfill fairness
  of opportunity requirements, Sandia will widely advertise both
  the technology and the fact that it may be licensed. Depending
  upon any prior commitments, the advertised license can take
  a variety of forms, up to and including the opportunity for
  an exclusive license. However keep in mind, that this is not
  an offer for the sale of a license, but rather a solicitation
  of interested parties for potential license opportunities.
     You and other potential licensees, must express interest
  in the technology either by writing or faxing us. The deadline
  for accepting respondents is December 16, 1996. In your inquiry,
  please include: the name of the technology, "Microwave Treatment
  of Benign..", and any information on your companies' experience/capabilities
  with similar technologies  Write to: Joanne Trujillo Sandia
  National Laboratories Technology Partnerships Dept. PO Box
  5800 - MS 1380 Albuquerque, NM 87185-1380  .... or express
  interest by fax at (505) 843-4175   After you contact us,
  we will send you a short questionnaire to assess your company's
  ownership and size. Preference will be given to US based businesses.
  From there, Sandia will evaluate all replies. An offer for
  sale, consistent with the selected licensing strategy will
  then be developed. The chosen strategy will be mutually beneficial
  for both Sandia, and the chosen company or companies.  We
  look forward to the opportunity to work with you and your company
  on the desired goal of commercialization of the Microwave Treatment
  of Benign Prostatic Hyperplasia technology.  
EMAIL jmtruji@sandia.gov
EMAILDESC: 
CITE: (W-339 SN008871)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
OFFADD: General Services Administration, Greater Southwest Region,
  819 Taylor Street, Fort Worth, TX 76102
SUBJECT: NEW ITEM PROGRAM (NIP)
DESC: Applications/offers sought from businesses who have developed
  new or improved commercial products that have the potential
  to provide more economical and efficient means for Federal
  agencies to accomplish their missions. Applications/offers
  will be evaluated/awarded through the General Services Administration's
  Commercial Products Acquisition Laboratory (CPAL), which will
  assign National Stock Numbers (NSNs) to products awarded under
  this lab. Applications must be submitted before March 31, 1997,
  to be considered for contract period beginning October 1, 1997.
  Applications received after March 31, 1997, will be considered
  for the contract period beginning January   1, 1998. All responsible
  sources submitting an offer will be considered by the agency.
  GSA is currently seeking environmentally beneficial products,
  such as, safer alternatives to hazardous products, products
  containing post consumer recovered materials, energy efficient
  products, etc. All interested parties should contact the nearest
  GSA Business Service Center/GSA Office of Enterprise Development
  for New Item Applications (GSA Form 1171) and procedures for
  submitting completed applications. The GSA Business Service
  Centers are located at: 10 Causeway Street, Boston, MA 02222,
  (617) 565-8100; 26 Federal Plaza, Room 18-130, New York, NY
  10278, (212) 264-1234; 7th and D   Streets, SW., Room 1050,
  Washington, DC 20407, (202) 708-5804; 100 Penn Square, East,
  Room 829, Philadelphia, PA 19107-3396, (215) 656-5525; 401
  West Peachtree Street, Suite 302, Atlanta, GA 30365-2550, (404)
  331-5103; 230 South Dearborn Street, Chicago, IL 60604, (312)
  353-5383; 1500 East Bannister Road, Kansas City, MO 64131-3088,
  (816) 926-7203; 100 East 15th Street, Suite 400, Water Garden
  Plaza, Fort Worth, TX 76102, (817) 871-6007; 5400 Griggs Road,
  Houston, TX 77021, (713) 643-8077; Denver Federal Center, Building
  41, Room 145, Denver, CO 80225, (303) 236-7408; 450 Golden
  Gate Avenue, San Francisco, CA 94102, (415) 522-2700; 400 15th
  Street, SW., Auburn, WA 98001-6599, (206)   931-7956. THIS
  NOTICE APPLIES TO THE PRODUCTS PROCURED BY THE GENERAL PRODUCTS
  COMMODITY CENTER LOCATED IN FORT WORTH, TX FOR THE FOLLOWING
  FSC/COMMODITY CLASSIFICATIONS: 19, 20, 23, 30, 32, 34, 35,
  36, 37, 39, 40, 42, 45, 46, 47, 49, 53, 54, 55, 56, 62, 63,
  72, 73, 77, 78, 79, 83, 84, 87, 93, 94, 95 and 99. If additional
  information is required for classes 19-49, contact Mary Ann
  Swearingen, General Services Administration, General Products
  Commodity Center, Schedules Contracting Division (7FXG), 819
  Taylor Street, Fort Worth, TX 76102-6114, (817) 978-8377. If
  additional information is required for classes 53-99, contact
  Elizabeth Sims, General Services   Administration, General
  Products Commodity Center, Schedules Contracting Division (7FXG),
  819 Taylor Street, Fort Worth, TX 76102-6114, (817) 978-8376.
CITE: (M-339 SN008917)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A -- GPS SYSTEM-LEVEL ARCHITECTURE UPGRADE DEVELOPMENT
DESC: NAVSTAR GLOBAL POSITIONING SYSTEM (GPS) INDUSTRY DAYS.
  The NAVSTAR Global Positioning System (GPS) Joint Program Office
  (JPO) intends to keep industry involved and updated on the
  Navigation Warfare (Navwar) program by hosting our second quarterly
  Industry Days on 16 and 17 Jan 97. In keeping with the program
  schedule briefed during Industry Days held in Oct 96, the Government
  is beginning planning for the next phase of the Navwar program
  currently anticipated to be Engineering/Manufacturing Development
  (EMD). The Government anticipates an acquisition strategy consisting
  of either an EMD contract with production options or separate
  contracts for EMD and production. The intent is to develop
  a GPS system-level solution that protects the Department of
  Defense's (DoD) and U.S. Allies' operational use of GPS during
  times of conflict while preventing the use of GPS by adversaries,
  without impacting civil use outside the combat arena. The acquisition
  objectives of the Navwar program are to take maximum advantage
  of acquisition reform initiatives, minimize system life-cycle
  costs, maximize opportunities for competition, reduce Government
  oversight and be postured to respond quickly, at minimum cost,
  to new airspace requirements and evolving threats. During the
  EMD phase, the Government anticipates selecting one or more
  contractors to design, develop and test a Navwar system-level
  solution. EMD contract award is currently anticipated for Jan
  98 and concluding in FY00. Any production options exercised
  or a separate production contract award would likely take place
  during or after FY00. The Navwar program requires the prime
  contractor to be U.S. owned and controlled and on-shore. Off-shore
  subcontractors are authorized for non-restricted portions of
  the acquisition. Industry Days will be held at the Aerospace
  Corporation, Bldg A-8, 2350 El Segundo Blvd., El Segundo CA
  90245. Government briefings to industry will be at the Secret
  level with only US citizens allowed to attend. Therefore, written
  advance requests for admittance are required. Submit visit
  requests to SMC/CZUN, Attention Mr. Ken Zebal, PRC, 2435 Vela
  Way, Suite 1613, Los Angeles AFB, CA 90245-5500, telephone
  (310) 363-1138, facsimile (310) 363-3844. The schedule for
  Industry Day is: Government briefings to industry from 0800
  until 1200 on 16 Jan on current Government plans and concerns.
  Attendance is limited to no more than four (4) people from
  each company/division. Industry will have an opportunity to
  provide feedback and ask questions of the Government during
  one-on-one sessions from 1300 to 1700 on 16 Jan and from 0800
  to 1700 on 17 Jan. During one-on-one meetings, the GPS JPO
  is interested in listening to advanced anti-jamming technologies
  such as digital receivers, beam forming/steering antennas and
  to acquisition strategy ideas to meet the program objectives
  stated above. Time allotted for the one- on-one meetings will
  depend upon the number of meetings requested. When briefing,
  contractors are asked to please provide to Mr. Ray Huon or
  Ken Zebal a digitized copy of your briefing on a 3.5 inch diskette.
  The limit of four (4) people from each company/division does
  not apply to the one-on one meetings. Discussions during these
  meetings will be no higher than the Secret level. Address requests
  for one-on-one meetings to Mr. Ken Zebal. Contact the technical
  library POC, Lt. Tom Caballero, at (310) 363-1818 for a copy
  of the government to industry presentation given at the Oct
  96 Industry Days and/or access to documents releasable to potential
  offerors. 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 Mr. Leslie Bordelon
  at (310) 363- 3818. 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. This synopsis is for information and
  planning purposes only and does not constitute a solicitation,
  nor is it to be construed as a commitment by the Government.
  The Government will not pay for any effort expended in responding
  to this notice. Contracting Officer - Mr. Barney Klehman (310)
  363-6396.
CITE: (I-339 SN008935)

[Commerce Business Daily: Posted December 4, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
OFFADD: General Services Administration, Greater Southwest Region,
  819 Taylor Street, Fort Worth, TX 76012
SUBJECT: NEW ITEM INTRODUCTORY SCHEDULE (NIIS)
DESC: Applications/offers sought from businesses who have developed
  new or improved commercial products that have the potential
  to provide more economical and efficient means for Federal
  agencies to accomplish their missions. Applications must be
  submitted before March 31, 1997, to be considered for contract
  period beginning October 1, 1997. Applications received after
  March 31, 1997, will be considered for the contract period
  beginning January 1, 1998. All responsible sources submitting
  an offer will be considered by the agency. GSA is currently
  seeking environmentally beneficial products, such as, safer
  alternatives to hazardous products, products containing post
  consumer recovered materials, energy efficient products, etc.
   All interested parties should contact the nearest GSA Business
  Service Center/GSA Office of Enterprise Development for New
  Item Applications (GSA Form 1171) and procedures for submitting
  completed applications. The GSA Business Service Centers are
  located at: 10 Causeway Street, Boston, MA 02222, (617) 565-8100;
  26 Federal Plaza, Room 18-130, New York, NY 10278, (212) 264-1234;
  7th and D Streets, SW., Room 1050, Washington, DC 20407, (202)
  708-5804; 100 Penn Square, East, Room 829, Philadelphia, PA
  19107-3396, (215) 656-5525; 401 West Peachtree Street, Suite
  302, Atlanta, GA 30365-2550, (404) 331-5103; 230 South Dearborn
  Street, Chicago, IL 60604, (312) 353-5383; 1500 East Bannister
  Road, Kansas City, MO 64131-3088, (816) 926-7203; 100 East
  15th  Street, Suite 400, Water Garden Plaza, Fort Worth, TX
  76102, (817) 871-6007; 5400 Griggs Road, Houston, TX 77021,
  (713) 643-8077; Denver Federal Center, Building 41, Room 145,
  Denver, CO 80225, (303) 236-7408; 450 Golden Gate Avenue, San
  Francisco, CA 94102, (415) 522-2700; 400 15th Street, SW.,
  Auburn, WA 98001-6599, (206) 931-7956. THIS NOTICE APPLIES
  TO THE PRODUCTS PROCURED BY THE GENERAL PRODUCTS COMMODITY
  CENTER LOCATED IN FORT WORTH, TX FOR THE FOLLOWING FSC/COMMODITY
  CLASSIFICATIONS: 19, 20, 23, 30, 32, 34, 35, 36, 37, 39, 40,
  42, 45, 46, 47, 49, 53, 54, 55, 56, 62, 63, 72, 73, 77, 78,
  79, 83, 84, 87, 93, 94, 95 and 99. If additional information
  is required for classes 19-49, contact Mary Ann Swearingen,
  General Services Administration, General  Products Commodity
  Center, Schedules Contracting Division (7FXG), 819 Taylor Street,
  Fort Worth, TX 76102-6114 (817) 978-8377. If additional information
  is required for classes 53-99, contact Elizabeth Sims, General
  Services Administration, General Products Commodity Center,
  Schedules Contracting Division (7FXG), 819 Taylor Street, Fort
  Worth, TX 76102-6114 (817) 978-8376.
CITE: (M-339 SN008916)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
SUBJECT: EC/EDI SMALL BUSINESS PROCUREMENT CONFERENCE
DESC: The Department of State is sponsoring an EC/EDI Small Business
  Procurement  Conference on March 11, 1997, 8:30 a.m. - 3:30
  p.m., at the Fort Myer Officers Club, 214 Jackson Avenue,
  Fort Myer, VA  22211. Value Added Network providers are encouraged
  to participate and to display exhibits. All current and prospective
  Department of State trading partners, including small business,
  small disadvantaged businesses, and small, women-owned are
  encouraged to attend. POC is Nomiki Handakaros at (800)878-2940
  ext. 238.     
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-339 SN008967)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
SUBJECT: DESIGN, CONSTRUCTION, AND OPERATION OF A PIONEER PLANT(S)
  BASED ON DIRECT AND/OR INDIRECT CONVERSION TECHNOLOGIES
DESC: The Department of Energy (DOE)/Federal Energy Technology
  Center (FETC) is interested in aiding the formation of non-Federal
  project teams that would eventually construct and operate a
  pioneer plant(s) (defined later) based on direct and/or indirect
  conversion technologies.  The DOE/FETC also recognizes that
  supporting work including the substantiation of the design
  data base with more proof-of-concept (POC)-scale operation
  and the conduct of a conceptual feasibility study may constitute
  a part of the pioneer plant activity.  This notice is for advanced
  notification of the Government's potential intent for further
  procurement activities and is seeking a broad-based response
  from stakeholders and developers.  This is NOT a formal solicitation,
  is NOT a request for proposals, and is NOT to be construed
  as a commitment by the Government.  Specifically, DOE/FETC
  is seeking expressions of interest, in particular the responding
  entity's potential role in such an activity, willingness to
  participate on the basis of government incentives, willingness
  to participate in teaming arrangements, and cost-sharing potential.
   The DOE recognizes that expressions of interest do not constitute
  a commitment of any kind on the part of the respondent.  Entities
  of particular interest related to this announcement are key
  stakeholders that would participate in funding and/or developing
  the technology necessary for pioneer plants for direct and/or
  indirect coal-derived fuel technologies.  Such entities include
  state and municipal agencies, technology and process developers,
  coal producers, equipment suppliers, the oil industry, the
  transportation sector, power producers, and chemical manufacturers.
   Responses will be used to identify entities interested in
  participating in a pioneer plant program and to develop a source
  list of potential proposers and/or participants for future
  solicitations(s).    Respond to: U.S. Department of Energy,
  Federal Energy Technology Center, Attn: J. W. Huemmrich, M.S.
  921-143, P.O. Box 10940, Pittsburgh, Pennsylvania  15236-0940
  (FAX: (412) 892-6216, Internet: huemmric@petc.doe.gov).  Responses
  should be limited to about 5-10 pages.  Information should
  be submitted pertinent to the technical and business areas
  of interest, desired role in the research activity (i.e., stakeholder,
  sponsor, user, or developer), experience of the entity and
  personnel, and a description of the applicable technology that
  can result in a pioneer plant.  Technical questions should
  be directed to Richard Hucko, (FAX:  (412) 892-4604, Internet:
   hucko@petc.doe.gov).  Over the last two decades, partnerships
  between U.S. industry and the DOE have fostered the development
  of highly efficient technologies for both the direct and indirect
  conversion of coal and other carbonaceous materials to transportation
  fuels.  Recent economic evaluations have shown that, using
  current technologies, the cost of products from a stand-alone,
  grass-roots facility would be equivalent to crude oil at $34
  per barrel.  Continued research and development in liquefaction
  is expected to reduce the cost of these fuels from $34 per
  barrel to about $27 per barrel.  In addition to these stand-alone,
  grass-roots plants, there is opportunity to integrate liquefaction
  plants, at greatly reduced costs, with existing manufacturing
  facilities, for example, at petroleum refineries and integrated
  coal gasification combined cycle (IGCC) power plants.  These
  plants, when integrated with existing facilities, are referred
  to as "entrance plants."  These integrations would include
  the co-processing of coal with petroleum resid and/or wastes
  in the case of direct liquefaction, and the co-production of
  power and fuels/chemicals in the case of indirect liquefaction.
   Economic analyses have shown that, if liquefaction technologies
  were fully developed and demonstration successfully completed,
  such plants can be competitive with crude at around $19-23
  per barrel, a price comparable to that of crude oil today.
   Thus, liquefaction technologies integrated with refineries
  or other manufacturing facilities can be considered a near-
  to mid-term technology that could be deployed in time to help
  alleviate a potential liquid fuels shortfall.  (To receive
  a copy of the report that assesses this scenario, contact J.
  W. Huemmrich at the address given above.)  Even though studies
  indicate that shortage of liquid transportation fuels could
   begin to occur around 2015, the DOE believes that the private
  sector will not independently pursue the construction of liquefaction
  facilities.  The DOE recognizes that private investors and
  process developers are not likely to design and construct even
  an entrance plant until technical, economic, and regulatory
  risks are acceptable.  These risks can be made acceptable by
  following a development path from bench-scale research to the
  construction of a small entrance plant, which is defined as
  a pioneer plant.  A pioneer plant is envisioned to be a small-scale,
  possibly single-train commercial facility adjacent to an existing
  refinery or IGCC power plant.  Such a plant would demonstrate
  sustained integrated performance and the ability to successfully
  scale the integrated technologies, providing a database to
  make technical, economic, and regulatory risks manageable.
  POC testing of liquefaction technologies will be essential,
  together with conceptual design studies, so that sufficient
  data will be available to design and construct pioneer plants.
   It is the demonstration of the technologies through these
  pioneer-scale plants that will reduce technical and economic
  risks, and identify those regulatory issues critical to future
  permitting of such facilities.    The undertaking of a pioneer
  plant represents great financial risks for the project team
  because of the nature of the project.  Accordingly, a higher
  rate of return on the investment would be needed to compensate
  for these risks.  A potential mechanism to boost the investment
  return is the use of incentives such as the exemptions of the
  Federal and state fuel excise taxes for fuels produced from
  these plants.  This type of incentive, as well as others, will
  be pursued by the DOE during the early stages of work related
  to this activity.  It is envisioned that, once the technologies
  to convert domestic carbonaceous resources to liquids have
  been proven at the pioneer scale, larger "entrance" plants,
  and eventually stand-alone commercial plants will be economically
  viable without Government incentives or other support.  
  Consistent with this, the DOE/FETC, is pursuing the concept
  of fostering the design, construction, and operation of a pioneer
  plant(s) for direct and/or indirect conversion of coal and
  other carbonaceous feedstocks (e.g., petroleum resid, petroleum
  coke, municipal wastes, etc.).  The primary purpose of the
  plant(s) would be to produce transportation fuels or transportation
  fuel precursors.  However, coproduction of chemicals, chemical
  intermediates, and electricity would constitute an acceptable
  complement.  It is contemplated that construction of the
  pioneer plant would begin around 2002.  The initial phase would
  focus on teaming arrangements, conceptual process design, feasibility
  assessment, lab/bench-scale/POC testing, and site selection.
   These activities would be followed by a second phase that
  would involve the final process design as well as firm establishment
  of the teaming and funding arrangements.  The third phase would
  involve construction and operation of the pioneer plant.  Construction
  of the pioneer plant(s) is envisioned to be funded solely by
  the private sector, potentially with tax credits or other incentives
  from various Government entities.  Funding by the state where
  the site is located is also a possibility.  DOE's contribution
  to the program would consist of cost-shared efforts to perform
  conceptual designs as well as to perform experimental and developmental
  activities necessary to minimize risk for pioneer plant implementation.
   Non-Federal project cost-sharing on the order of 20 to 50
  percent will be required for the early work.  It is envisioned
  that at least one and possibly two pioneer plants would be
  supported as part of this activity.  
LINK http://www.petc.doe.gov
LINKDESC: 
  Technology Center.
EMAIL huemmric@petc.doe.gov
EMAILDESC: 
CITE: (W-339 SN008968)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
SUBJECT: TELECOMMUTING CONFERENCE AND EXPOSITION
DESC: The Department of Treasure and General Services Administration
  are sponsoring a Telecommuting Conference and Exposition on
  March 25 and 26, 1997, 8:30 a.m. to 2:30 p.m., location TBA.
   A focus on telecommuting products such as hardware, faxes,
  modems (fax/modems), ISDN, telephone and service, software
  products, networking, consulting and  training services, and
  on-line resources. In conjuction, we are encouraging vendor
   participation in demonstration displays and auditorium briefings.
   POC Nomiki Handakaros (800)878-2940 ext. 238.
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-339 SN008970)

[Commerce Business Daily: Posted December 04, 1996]
[Printed Issue Date: December 6, 1996]

PART: SPECIAL NOTICES
SUBJECT: TELECOMMUTING CONFERENCE AND EXPOSITION
DESC: The Department of Treasury and General Services Administration
  are sponsoring a Telecommuting Conference and Exposition on
  March 25 and 26, 1997, 8:30 a.m. to 2:30 p.m., location TBA.
   A focus on telecommuting products such as hardware, faxes,
  modems (fax/modems), ISDN, telephone and service, software
  products, networking, consulting and  training services, and
  on-line resources. In conjuction, we are encouraging vendor
   participation in demonstration displays and auditorium briefings.
   POC Nomiki Handakaros (800)878-2940 ext. 238.
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-339 SN008971)