[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: US Env. Protection Agency, CMD MD-33, Teresa Ward, Research Triangle Park, NC 27711 SUBJECT: A -- EVALUATION OF EPA GUIDELINES FOR EXPOSURES TO NATURALLY-OCCURRING RADIOACTIVE MATERIALS (NORM) SOL D600964M1 POC Teresa A. Ward, Contract Specialist, (919) 541-2311/Hollis Powell, Contracting Officer, (919) 541-4369. DESC: The U.S. Environmental Protection Agency (EPA) has a requirement to conduct a study and report on the scientific and technical basis for EPA's recommendations relative to protection from radiation exposure due to naturally-occurring radioactive materials (NORM). The evaluation study requires the contractor to summarize the areas of agreement and difference between the EPA guidelines and from other advisory bodies, and identify which differences are based upon risk management policy and which are based upon scientific and technical issues. It shall evaluate the basis for and comment on those differences that are based upon scientific and technical issues. This effort will be procured on a sole source basis from the National Academy of Sciences (NAS). The circumstance permitting Other than Full and Open Competition Justification is FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy Agency requirements." The proposed evaluation study requires extensive knowledge of radiation health effects; epidemiology and biostatistics; radiobiology; radioisotope dosimetry and metabolism; environmental pathway analysis; risk analysis; and risk management policy which requires the expertise and qualifications which have been demonstrated by the NAS. Interested parties who believe they can provide the required services should fully explain their capabilities and qualifications in writing within 15 days from publication of this announcement. The intent of this synopsis is to determine if any source(s) exist and, therefore, no RFP is available. Consequently, any response(s) failing to provide the aforementioned data but instead choosing to merely submit a routine letter requesting a copy of the RFP will be ignored. Submit responses to the contact point, Teresa A. Ward, at the address above. A cost type contract is contemplated with a ten month period of performance. EPA does not intend to conduct this acquisition in accordance with FAR Part 12. See Numbered Notes(s) 22 and 26. No telephonic or faxed requests will be honored CITE: (I-338 SN008082) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Lewis Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 SUBJECT: A -- AEROPROPULSION BASE RESEARCH AND TECHNOLOGY SOL NRA-97-LERC-2 DUE 021497 POC Irene Cierchacki, Grants Officer, (216) 433-2781, MS 500-309, or Internet E-Mail: irene.cierchacki@lerc.nasa.gov. DESC: The National Aeronautics and Space Administration is interested in receiving research proposals, solely for grants or cooperative agreements, for Aeropropulsion Base Research and Technology. The proposals sought are for the Fluid, Materials, Structures, Instrumentation and Control, and Multidisciplinary Design and/or Analysis areas for aircraft air breathing engines. This solicitation is specifically open to the following categories of organizations: Educational Institutions, and Non-Profit Organization. The determination for other than full and open competition has been approved in accordance with FAR Subpart 6.302-5. Although no specific set-aside is contemplated for HBCU=s and other minority institutes, their participation is highly encouraged. A more detailed description of the general area of interest and specific guidance for proposal preparation is available on the Web Site: "http://www.lerc.nasa.gov/WWW/Procure/grant.htm" or from NASA Lewis Research Center, Research and Technology Directorate, Attn: Dr. Lawrence J. Bober, Mail Stop 77-6, and NASA Lewis Research Center, Procurement Division, Attn: Irene Cierchacki, Mail Stop 500-309. Requests for copies of "Announcement NRA-97-LeRC-2" should be addressed to NRA-97-LeRC-2, NASA Lewis Research Center, Mail Stop 500-302, 21000 Brookpark Road, Cleveland, OH 44135. This solicitation constitutes a NASA Research Announcement as contemplated in FAR 6.102(d)(2). This announcement will be open for the period through February 14, 1997, by which date proposals must be received. Selection decision will be made by Paul Burstadt, Lewis Research Center following peer and/or scientific review of proposals. In all cases Non-Government personnel will be included as reviewers. Proposals will be limited to no more than 15 pages (see NRA announcement for required content). The following criteria will be considered in the evaluation process: unique and innovative methods, approaches, or concepts demonstrated by the proposal, overall scientific or technical merits of the proposal, the offerors capabilities, related experience, facilities, technique or unique combination of these which are integral facts for achieving the proposal objectives, qualifications, capabilities and experience of the proposed principal investigator, team leader or key personnel, potential contribution of the effort to NASA objectives, overall standing among similar proposals available for evaluation and/or evaluation against known state-of-the-art, demonstrated expertise in the general areas of interest, and cost realism and availability of funds. NASA LeRC anticipates making between 8 to 12 awards this year as a result of this NRA totaling approximately $800,000.00. Offerors may submit proposals for one, two, or three year efforts. The NRA will be released on or about December 20, 1996. Notification to successful and unsuccessful offerors will be given on or about April 18, 1997, and awards are anticipated to be made approximately November 1, 1997. CITE: (I-338 SN008402) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: A -- BATTLEFIELD DAMAGE ASSESSMENT (BDA) VARIANT OF BRILLIANT ANTI- ARMOR SUBMUNITION (BAT) FLIGHT TEST EXPERIMENT SOL DAAH03- POC (pcf) Contact Helen Swearengen, AMSMI-AC-CFG, 205/876-4202; Samuel B. Huffstetler, Jr., AMSMI-AC-CFG, 205/876-4202, Contract Specialist. DESC: This procurement consists of modifying a BAT submunition to incorporate a downlooking camera, a GPS unit integrated to the BAT CEU for Guidance & Control, and the video TM. The proposed program will culminate in the simultaneous flight test demonstration of a BDA modified BAT submunition with the testing of a baseline BAT with live warhead. The modified BAT will incorporate the capability to receive inglight differential GPS corrections to approximate military GPS of the tactical system. The vehicle will be assembled using pretested/recovered hardware from the BAT Engineering and Manufacturing Development (EMD) program. The proposed acquisition is restricted to Northrop-Grumman Corporation, Electronics and Systems Integration Division. Northrop-Grumman is the only source with the overall submunition and interface knowledge that is essential to ensure continuity and integrity of the BAT submunition. This acquisition will result in new work under the Army TACMS-BAT EMD Contract. CITE: (I-338 SN008410) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: A -- PREDATOR AIR VEHICLE OPERATOR FLIGHT SIMULATOR CONSOLE SOL N/A POC Contact, LCDR Donald L. Hertig, Phone (703)604-0903 DESC: The Naval Air Systems Command intends to issue an order under Basic Ordering Agreement N00019-95-G-0197 with General Atomics Aeronautical Systems Incorporated (GA-ASI), 16761 Via Del Campo Court, San Diego, CA to procure flight simulator hardware, software and engineering support for integration into the Predator MAE UAV system. As the designer of the Predator MAE UAV system, GA-ASI is the only source with the technical expertise and information base required to meet the Government's needs. See note No. 22 - NAVAIR Synopsis No. 40107-96. CITE: (I-338 SN008430) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: William J. Hughes Technical Center, Atlantic City International Airport, NJ 08405 SUBJECT: A -- CENTER OF EXCELLENCE IN AIRWORTHINESS ASSURANCE - AVAILABILITY OF SOLICITATION SOL N/A POC Ms. Patricia Watts, Office of Research and Technology Applications, AAR-201, (609) 485-6509. DESC: The FAA is soliciting competitive proposals from academic institutions to form an airworthiness assurance Center of Excellence (COE). The closing date for submitting final proposals is February 15, 1997. Solicitation packages may be obtained by contacting the COE Program Office. Contact Ms. Patricia Watts, Office of Research and Technology Applications, AAR-201, Building 270, Atlantic City International Airport, New Jersey, 08405, Facsimile Number (609) 485-6509. The FAA intends to award a 50-50 cost share cooperative agreement to establish a Center of Excellence in Airworthiness Assurance to a qualified college or university, or to a team of such institutions. The cooperative agreement will be awarded in 3 year increments up to a maximum of 10 years. It is the FAA's intent to fund a minimum of $1.5 million over the first three years. It is also the intent of the FAA to award a single-source indefinite delivery indefinite quantity (IDIQ) contract to the winner of the competition, under which orders may be placed for developmental products. The FAA has identified a need for a Center of Excellence in airworthiness assurance. The Center will conduct research which includes the entire spectrum (i.e. basic research through engineering development, prototyping and testing) within the scope of Airworthiness Assurance. This scope includes, but is not limited to the following five functional areas: 1. Maintenance, Inspection, and Repair, 2. Crashworthiness, 3. Propulsion and Fuel Systems Safety Technologies, 4. Landing Gear Systems Performance and Safety, 5. Advanced Materials. The FAA intends to provide long-term funding to establish and operate a prestigious partnership with academia, industry and government. To this end, the FAA encourages offerors to team with organizations that compliment their expertise from academia, industry, state/local government and other governmental agencies. the successful offeror is required to match FAA grant funds with non-federal funding over the term of the cooperative agreement. Matching funds are not required for any orders placed under the IDIQ contract. Separate cost-sharing contracts may be awarded when deemed appropriate. Colleges and universities are eligible for cooperative agreements to establish a Center of Excellence in Airworthiness Assurance. Individuals are not eligible for a COE designation and do not qualify for grants under this program. The FAA is seeking to ensure an equitable geographical distribution of funds and to encourage the inclusion of minority institutions. Before final proposal submission, the proposal may be discussed with the Center of Excellence Program Manager, Ms. Patricia Watts, at (609) 485-5043, or Facsimile (609) 485-6509. A Center of Excellence receives funding annually in the form of single or multiple continuing research grants over a three-year period. The federal government provides 50 percent of the cost to establish and operate a Center of Excellence. The institution must show a continuing source of non-Federal matching funds available for the remaining research and operational expenses at the Center. Once the COE is established, a fiscal report declaring the sources and amount of funding and expenditures must be submitted for review every six (6) months to The Office of Research and Technology Applications at the FAA Technical Center. A full review and grant close-out takes place at the conclusion of each three-year phase. The Center of Excellence and the agency shall agree upon the maximum expected costs in each fiscal year. Any cost incurred in excess of the maximum costs agreed upon with the agency shall be the sole obligation of the Center of Excellence. The Center of Excellence is expected to account for all funds granted and matched, utilized to establish, operate, and conduct the specified research activities of the Center of Excellence. The Center of Excellence is required to maintain its aggregate expenditures from all other sources for establishing and operating the Center of Excellence and related research activities at or above the average level of such expenditures in its two (2) fiscal years preceding November 5, 1990. The establishment of a Center of Excellence is intended to augment the level of aviation research activities at the institution. The Center of Excellence shall maintain a close working relationship with the corresponding agency research program office. This relationship shall extend to participation in conferences, meetings, joint research efforts, and submission of significant activity reports to the FAA on a routine basis. The COE shall prepare quarterly and semi-annual reports, and a fully inclusive annual report on research projects and fiscal expenditures, and shall host an on-site review of all research activities. The FAA may require the COE to hold an annual joint symposium with the agency on topics relating to the status and results of the designated technology area. Researchers at the COE may serve as consultants by providing technical advice to the sponsoring agency program office. They may also be asked to participate on major planning and investigative committees related to airworthiness assurance. The COE will be selected primarily on technical merit and the ability of the team to meet the following criteria mandated by the enabling legislation, Public law 101-508: --The extent to which the needs of the State in which the applicant is located are representative of the needs of the region for improved air transportation services and facilities. - --The demonstrated research and extension resources available to the applicant for carrying out the intent of the legislation. --The capability of the applicant to provide leadership in making national and regional contributions to the solution of both long-range and immediate air transportation problems. --The extent to which the applicant has an established air transportation program. --The demonstrated ability of the applicant to disseminate results of air transportation research and educational programs through a statewide or region-wide continuing education program. --The research projects that the applicant proposes to carry out under the grant. The final selection of the Center of Excellence in Airworthiness Assurance will be announced within this fiscal year. Those persons wishing to receive this solicitation are requested to contact Ms. Patricia Watts by facsimile (609) 485-6509 at the Office of Research and Technology Applications, William J. Hughes Technical Center, Building 270, Atlantic City International Airport, NJ 08405. CITE: (I-338 SN008427) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 COMMISION ANNUAL PERFORMANCE PLAN FOR FY 1999 SOL RS-RQ-70785031 DUE 121896 POC Joanna Lilley, Contract Specialist, (301) 415-6743 DESC: This is Part II - The following FAR clauses are applicable to this acquisition: 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.219-1 Small Business Program Representation and Offerors Representations and Certifications will be required prior to award. Offers are due December 18, 1996, 2:00 pm local time and should be sent to U.S. Nuclear Regulatory Commission, ATTN: Joanna Lilley, Contract Specialist, M/S T-7I2, Washington, D.C. 20555. Proposals should be completed in an original and three copies and signed by an official authorized to bind the organization. Award of a Cost Plus Fixed Fee contract will be made on or about December 23, 1996. CITE: (I-338 SN008085) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 COMMISION ANNUAL PERFORMANCE PLAN FOR FY 1999 SOL RS-RQ-70785031 DUE 121896 POC Joanna Lilley, Contract Specialist, (301) 415-6743 DESC: This is Part II - The following FAR clauses are applicable to this acquisition: 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.219-1 Small Business Program Representation and Offerors Representations and Certifications will be required prior to award. Offers are due December 18, 1996, 2:00 pm local time and should be sent to U.S. Nuclear Regulatory Commission, ATTN: Joanna Lilley, Contract Specialist, M/S T-7I2, Washington, D.C. 20555. Proposals should be completed in an original and three copies and signed by an official authorized to bind the organization. Award of a Cost Plus Fixed Fee contract will be made on or about December 23, 1996. CITE: (I-338 SN008086) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Officer In Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: B--INSTALL GROUNDWATER MONITORING WELLS, NTC, ORLANDO AND MCCOY ANNEX, ORLANDO, FL SOL N65114-97-Q-2274 DUE 010697 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karen Seals DESC: Work to include include installation of 25 two-inch temporary groundwater monitoring wells. Please send written request for the plans and specifications to Officer In Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL 32508-5225. Work is estimated at less than $100,000 CITE: (I-338 SN008323) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 SUBJECT: B--SPECIAL STUDIES POC Phyllis Bower DESC: B-- Special Studies CITE: (W-338 SN008511) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 COMMISION ANNUAL PERFORMANCE PLAN FOR FY 1999 SOL RS-RQ-70785031 DUE 121896 POC Joanna Lilley, Contract Specialist, (301) 415-6743 DESC: This is Part II - The following FAR clauses are applicable to this acquisition: 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.219-1 Small Business Program Representation and Offerors Representations and Certifications will be required prior to award. Offers are due December 18, 1996, 2:00 pm local time and should be sent to U.S. Nuclear Regulatory Commission, ATTN: Joanna Lilley, Contract Specialist, M/S T-7I2, Washington, D.C. 20555. Proposals should be completed in an original and three copies and signed by an official authorized to bind the organization. Award of a Cost Plus Fixed Fee contract will be made on or about December 23, 1996. CITE: (I-338 SN008512) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: U.S. Consumer Product Safety Comm, Division of Procurement Services, Rm 517, Washington, DC 20207-9932 SUBJECT: B--ANTHROPOMETRIC DATA STUDY SOL CPSC-SS-97-0001 DUE 122096 POC Joyce Lawn, (301) 504-0444 ext. 1148, Robert. J. Frost, (301) 504-0444 ext. 1142 DESC: The Consumer Product Safety Commission (CPSC) is seeking to identify firms who have or have access to expertise in anthropometry, statistics, data collection, computer programming, and project management. CPSC anticipates conducting a pilot Anthropometric Survey. The purpose of this survey is to determine if CPSC data taken during the period 1975-77 should be updated. In that period, two extensive statistically valid surveys were conducted on approximately 8,000 children ranging in age from birth to 18 years. One survey took 40 measurements on the full age span. Since twenty years have elapsed, CPSC is interesting in determining whether this data is still accurate or whether a new comprehensive study is required. A pilot study is proposed that will require ten basic measurements on a statistically valid sample of 300-500 children using classical measurement techniques. The study is required to be completed by October 1, 1997. This is not a formal Request for Proposal (RFP). However, firms that respond should furnish detailed information concerning their capabilities. Interested firms shall respond with capability information within 15 calendar days of this synopsis. LINK http://www.cpsc.gov/businfo/contract.html LINKDESC: CITE: (W-338 SN008207) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: U.S. Dept.of HUD, Ofc.of Procurement & Contracts, Program Support Division (ARCS), 451 7th St., SW, Rm. 5258, Washington, DC 20410-3000 SUBJECT: B -- SUBMISSION OF CAPABILITY STATEMENTS FOR POSSIBLE VENDOR INCLUSION IN GUIDE FOR USE BY PHAS IN CONDUCTING FAIR MARKET RENT SURVEYS SOL N/A DUE 010397 POC Alan Fox, Office of Policy Development and Research, (202) 708-9426 x328 or E-mail alan_fox@hud.gov. DESC: This is not a sources sought for a procurement action. This notice is to advise firms interested in performing Fair Market Rent (FMR) surveys for Public Housing Agencies (PHAs) of the existence of a guide describing in detail how such an FMR must be conducted. Vendors who have been deemed capable of providing such services are listed in the guide, which is made available to PHAs for use in building a source list. Firms already listed in the guide need not respond. They will remain in the guide unless they request deletion from it. New potential vendors who wish to be included in the guide must obtain a copy of the guide, review the guide, then send a capablility statement to Alan Fox, HUD Office of Policy Development and Research, Room 8224, 451 7th Street, SW, Washington, DC 20410. A favorable evaluation of the firm's capability will result in that vendor's inclusion in the guide. The title of the guide is "Random Digit Dialing Surveys: A Guide to Assist Larger Public Housing Agencies in preparing Fair Market Rent Comments" and is available from Alan Fox, (202) 708-9426 x 328 or E-mail alan_fox@hud.gov or at the address shown above in this block. Capability statements are due on or before January 3, 1997. CITE: (I-338 SN008479) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: C -- ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS IN CALIFORNIA, UTAH AND NEVADA AREAS SOL N62474-96-D-6115 DUE 120396 POC Point of Contacts and Contracting Officers are Sunny Drennan and Catherine B. Morris at FAX (415 244-2440. DESC: This is a firm fixed price, indefinite quantity type contract. The contract term is for one base year with two one-year options. The estimated contract amount for each year is $1,000,000.00. The contract has a minimum guarantee of $30,000 per year and shall not exceed $3,000,000 for the total (3) years. Specific requirements include: remedial investigation and corrective action plans for aboveground/underground storage tanks sites, schedule preparations, plans and specifications suitable for bidding, including necessary supporting documentation such as cost estimates, work plans, other reports, and providing construction contract support services; preparing closure plans for hazardous waste permitted storage facilities, studies of water supply/distribution, stormwater and wastewater collection and treatment systems, industrial wastewater treatment, backflow prevention, air and toxic emissions inventories, oily and hazardous substance spills and aboveground/underground storage tank retrofits; preparing environmental management plans, including stormwater best management practices, Spill Contingency Plan, Spill Prevention Control and Countermeasures Plan, Hazardous Waste Management Plan, Solid Waste Management Plan and; conducting Health Risk Assessments, Air Toxics Risk Assessments and Preliminary Endangerment Assessments; preparing environmental permits, conducting environmental site or facility compliance evaluations (including sampling, testing and laboratory analysis), performing storage tank and pipeline tightness tests, and conducting polychlorinated laboratory analysis), performing storage tank and pipeline tightness tests, and conducting polychlorinated biphenyls site/equipment surveys and sampling; preparing environmental baseline studies and providing general environmental engineering consulting services in all media. The Architect-Engineering (A-E) must demonstrate the firm's and each key consultant's qualifications with respect to the published evaluation factors for A-E and/or enviornmental engineering, planning, design, testing, support and all option services. A-E selection will be based on the following criteria which are numbered in order of importance: (1) Recent (i.e., within the last three years) specialized government and private EXPERIENCE AND PAST PERFORMANCE (with emphasis on similar efforts cited in the criteria for experience and qualifications) of the firm and proposed consultants in environmental engineering projects similar in scope to the above-described services. This includes demonstrated knowledge of Federal, State and local codes and regulations and knowledge of preparing plans and specifications suitable for bidding. Demonstrate long term business relationships, repeat business on related efforts and construction support. The firm's quality control program, including quality control performance on prior Department of Defense DOD contracts; (2) PROFESSIONAL QUALIFICATIONS of the staff (in house and/or consultant(s)) with respect to the overall makeup of the project team. The experience and roles of key team personnel, specifically on related projects addressed in the above criteria for experience, should be addressed; (3) CAPACITY (ability of the firm to accomplish the contemplated work within a reasonable time frame); as demonstrated by the impact of this workload on the firm's permanent staff, projected workload during the anticipated service period, the firm's history of successfully completing projects in compliance with performance schedules and of providing timely construction support. Provide examples of the firm's ability to work on multiple projects concurrently. Provide specific experience and related time frames for accomplishement of similar efforts. If consultants are involved, address history of working relationship; (4) Ability and commitment of the firm to provide substantial: (A) SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESS (SDB), WOMEN-OWNED SMALL BUSINESS (WOSB), HISTORICALLY BLACK COLLEGES (HBC), AND MINORITY INSTITUTIONS (MI) SUBCONTRACTING and (B) LOCAL SB, SDB, WOSB, HBC, AND MI SUBCONTRACTING for work to be accomplished at Naval bases slated for closure under the Base Realignment and Closure (BRAC) Legislation. To be considered local, a firm must have an existing active office located in the same county or a county adjacent to the closing military installation. (5) VOLUME OF WORK PREVIOUSLY AWARDED BY DOD to the firm during the period 1 October 1995 through 30 September 1996, with the objective of effecting equitable distribution of contracts among qualified firms, including minority-owned firms and firms that have not had prior contracts. 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. The estimated time for start of this contract is the third quarter of 1997. The estimated completion date for this contract is three years after the initial award date. In order to expedite a firm's consideration regarding the above criteria by the Government, the following application data shall be substituted in Blocks 7, 8, 9 and 10 in the SF 255 (specifically address all criteria elements listed in block 10): 1. To demonstrate how the firm meets the EXPERIENCE and PERFORMANCE criteria: Provide a description of germane, recent (within the last three years) projects relevant to the work described herein with clients for which the firm provided a significant technical contribution. In matrix form identify which firm members worked on the projects. Projects shall be in the left column and firm members names shown across the top row of the matrix. Provide a tabular listing of all excellent performance ratings and commendation letters from private and DOD clients (Designate your role: prime, subcontractor, or joint venture partner). These ratings should be dated 1994 or later and should include a list of projects managed by the firm since January 1994 and include the following data: client's contract, contract award date, contract completion date, contract award amount and contract type (fixed price, cost reimbursement, etc.). 2. To demonstrate how the firm meets the QUALIFICATION criteria: submit a matrix for the firm members, including name, proposed assignment, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with the firm. Also, the project manager(s) should identify the number of teams (engineering survey subcontrctors, and joint venture partners) they have managed over the past three years. 3. To demonstrate how the firm meets the CAPACITY criteria: Submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each team member, all team members assignments, and the name of at least one alternate for each key person. Summarize your plan for simultaneously accomplishing multiple projects within one calendar year. Provide a chart (in number of hours comparing teams' available capacity with their actual commitments for the next 12 months. (4) To demonstrate the firm's plan for meeting the SB, SDB, WOSB, HBC, or MI criteria, provide the following data: identification of any team subcontractors which are SBs, SDBs, WOSBs, HBCs, or MIs 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 SBs, SDBs, WOSBs, HBCs, or MIs under the contract by these firms; identification of the types of work planned to be subcontracted to SBs, SDBs, WOSBs, HBCs, or MIs; and a brief description of your SB, SDB, WOSB, HBC, and MI subcontracting outreach plan. If your firm is selected for award of this contract, this same data must be included in your SB and SDB Subcontracting Plan submitted in accordance with FAR 19.7 and DFARS 219.7, which will become an enforceable part of this contract. To demonstrate VOLUME OF WORK, indicate all DOD awards in the past five years. At the selection interview, A-E firms slated for the interviews must submit their Quality Assurance Plan, including the relationship of management and their components, specific quality control process, portfolio of work, a listing of present business commitments and their required completion schedules and performance references other than Engineering Field Activity West, Naval Facilities Engineering Command (include 3 or more with the names and current telephone numbers of the contractor administrators). The SF 255 with attachments shall be limited to a total of 25 pages not smaller than 12 pitch font. Every page that is not a SF 254 will be included in the page count except for title, table of contents and tab pages. One copy of the SF255 must be received in the office (Bldg. 201, 2nd floor, ATTN: Sunny Drennan) no later than 3:00 p.m. Pacific Time, on 5 February 1997 at San Bruno, CA. Indicate contract number in the SF 255, Block 2B. Submit a SF 254 only if you have not done so in the past year. SF 254 and 255 received after the designated date and time will be subject to the provisions of FAR 15.412. Include telefax numbers in the SF 255, Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) codes, if known and Tax Payer Identification Number (TIN) in the SF 255, Block 3. Label lower right corner of outside mailing envelope with "A-E Services, N62474-96-D-6115". Site visits will not be arranged during advertisement period. This is not a Request for Proposal. CITE: (I-338 SN008087) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Mr. Yousef Abu Jamouse, Director General Telecommunications Regulatory Commission, P.O. Box 850967, Amman 11947, Jordan; Tel: 011-962-6-862-020; Fax: 011-962-2-863-641 SUBJECT: C--JORDAN SPECTRUM MONITORING AND MANAGEMENT TENDER SUPPORT PROJECT SOL N/A POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C. 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: Record Number 1733PRC0003: The correct due date for the proposal to be submitted by, is January 6, 1997 not January 11, 1997. CITE: (I-338 SN008092) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: NASA Langley Research Center, Bid Dsitribution Office, MS 126, Hampton, Va. 23681-0001 SUBJECT: C -- ENVIRONMENTAL ENGINEERING SERVICES SOL 1-39-AFC.1211 POC R. Todds Lacks, Contract Specialist, 757-864-2477. DESC: NASA Langley Research Center (LaRC), Hampton, Virginia, plans to issue Request For Offer (RFO) 1-39-AFC.1211 for Environmental Engineering Services O/A December 31, 1996, with proposals due approximately 45 days thereafter. The RFO can be accessed, viewed and downloaded from the NASA Langley Internet Procurement Home Page at http://db-www.larc.nasa.gov/procurement/home-page.html. Firms that do not have access to the Internet may request a hard copy of the RFO from the point-of-contact listed at the beginning of this synopsis. A draft Statement of Work for this procurement will be available O/A December 10, 1996, on the NASA Langley Internet Procurement Home Page. The Contractor shall furnish all resources necessary to support a comprehensive environmental compliance, restoration, and pollution prevention program at LaRC. General task areas include pollution prevention, hazardous waste management, air pollution control, and laboratory and engineering support. Specific services to be performed include: maintaining, implementing and updating the requirements set forth in the LaRC Pollution Prevention Plan which will require periodic site visits, technical and economic feasibility assessments, planning, scheduling, monitoring, consultation and follow-up assessments, identification, evaluation and implementation of emerging pollution prevention options, evaluation of the availability and feasibility of using substitutes for products that contain toxic or hazardous materials or that use such materials in their production, reviewing the use of hazardous chemicals and recommending alternative processes or chemical substitutes, operation of the LaRC Recycling and Reclamation Facility for paper, cardboard, toner cartridges, used oil and scrap metals, proactive technical and engineering support to reduce the amount of waste generated at LaRC, proactive approach to minimizing disposal costs under the contract, operation of the LaRC Central Hazardous Waste Storage Facility to include waste characterization, collection, transportation, tracking, processing, accounting and proper off-site disposal of hazardous waste, laboratory and engineering services to support the Center's environmental permit and general environmental sampling and analyses requirements, environmental related studies, on-site air pollution control activities which include maintaining an emission inventory, advising the Center of regulatory issues, preparation of annual regulatory reports, conducting air emissions assessments and sampling, evaluating LaRC operations for compliance and recommending air pollution control technologies, and training and awareness activities for Government and contractor employees. A firm-fixed-price contract is contemplated with cost reimbursement lines items to cover hazardous waste disposal costs. It is anticipated that 100% of the work under this contract will be accomplished under "completion form" as defined in the Federal Acquisition Regulations (FAR), paragraph 16.306 (d)(1) and (2), and will be "performanced-based" with the contractor performing and being evaluated against specific performance standards/metrics. The total potential period of performance, including options is 5 1/2 years, commencing May 1, 1997. The period of performance will consist of a 1-year base period and options for four 1-year periods and six 1-month periods. This procurement will be conducted under full and open competition guidelines and will include an 8% small disadvantaged business subcontracting goal. The Standard Industrial Classification Code for this procurement is 8711 and the size standard is $2.5M in average annual receipts for the 3 previous years. Midrange Procurement Procedures will be used to process this procurement. These procedures are set forth in the NASA FAR Supplement Part 1871. All responsible sources may submit a bid which will be considered by the Agency. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the pre-award and post-award phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the Contracting Officer, the buying team, or the selection official, but to communicate concerns, issues, disagreements and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Before consulting with any ombudsmen, interested parties should first attempt to resolve their concerns with the contract specialist or the contracting officer. The LaRC Ombudsman is Belinda Adams. Concerned parties may call Ms. Sandra S. Ray at 757-864-2428. Do not call the ombudsman for solicitation requests or for general information. For solicitation requests or for general information, contact the point-of-contact listed at the beginning of this synopsis. Concerns, issues, disagreements and recommendations which cannot be resolved by the installation point-of-contact or the ombudsman may be referred to the NASA Agency ombudsman Tom Luedtke at 202-358-2090. NASA Langley Research Center, Hampton, VA 23681-001 CITE: (I-338 SN008111) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: DEPT OF VETERANS AFFAIRS, 16111 Plummer St., Sepulveda, CA 91343 SUBJECT: C -- A/E SERVICES FOR FIRE ALARM PANEL REPLACEMENT SOL N/A POC Mike McGinley, 818/895-9354, Contracting Officer DESC: A/E Services required to provide all necessary work including survey/evaluation, calculations, working drawings, edited technical specifications, cost estimates, and construction period services for the replacement of a Pyrotronics Fire Alarm Panel at the VA Medical Center, 16111 Plummer St., Sepulveda, CA 91343. Installation of a Fire Alarm Base Loop for several bldgs., including hardware and software connecting to an existing fire alarm loop. Installation of a complete Pyrotronics MXL panel in various bldgs. There is existing Gamewell, Mirtone and Simplex systems which will need to be electrically connected to the new Pyrotronics system. Duration of the contract allows for 70 calendar days for design, 120 calendar days for construction. Est. cost of construction is between $500K and $1M. Firms must be located within a 100 miles radius of Sepulveda, CA. This is not a request for proposal. Selection will be based upon the following evaluation factors: (1) Team proposed for this project, project mgr., other key personnel and consultants. (2) Proposed mgmt. plan, design phase, construction phase. (3) Previous experience of the proposed team, describe projects. (4) Geographic Location, prime firm, consultants. (5) Present proposed design approach. (6) Cost Control. (7) Estimating effectiveness (8) Schedule control. Firm having the capability and experience of the above requirements are invited to submit a completed SF 254 and SF 255 to the contracting officer by 1/6/97. CITE: (I-338 SN008425) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1111 East End Blvd., Wilkes-Barre, PA SUBJECT: C -- HVAC REPL. NORTH WING SOL 693-10-97 DUE 012497 POC P.O.C. Garry A. Plear (717)821-7222 Contracting Officer Robert D. Rizzardi (717)821-7221 DESC: A/E Service: to design and provide complete plans, specifications, and cost estimates on project number 693-301, entitled "HVAC REPL. NORTH WING", for the Department of Veterans Affairs Medical Center, Wilkes-Barre, Pennsylvania. All drawings shall be drawn using Autocad release 12 software and all specifications shall be compiled using Word Perfect 5.1 word processing software. Final plans and specifications shall be submitted on 3-1/2" double sided high density disks. Design work for this project shall be based on the following scope of work: The scope of work for this project is to remove existing antiquated air handling units (SACS 2,4,5,6 8,9,11, 13,14, and 15), associated controls, ductwork, piping(chilled water and steam), grilles. Ceiling areas will be encountered and must be removed. A/E will procure Industrial Hygienist services and produce drawings and specifications for asbestos abatement. New HVAC systems shall be designed using ASHRAE Standard 62-1989, ventilation for acceptable indoor air quality. Also included in the project scope will be replacement for existing exhaust fans (10) located on the North Wing, Mechanical Room, which serves various areas of the North Wing of Building No. 1. Area of consideration is within a mile radius of this agency. The SIC for this project is 8712. A/E firms which meet the requirements described in this announcement are invited to submit (1) Standard Form 254, Architect-Engineer and related Services Questionnaire and (2) Standard Form 254, Architect-Engineer and related services Questionnaire for specific project. This procurement is 100% set-aside for small business. This solicitation is subject to the availability of funds. CITE: (I-338 SN008426) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE, Poulsbo, WA 98370-7570 SUBJECT: C -- ARCHITECT-ENGINEERING SERVICES FOR FY-01 MCON PROJ. P-341, PIER D EXPANSION, PUGET SOUND NAVAL SHIPYARD, BREMERTON, WA SOL N44255-97-C-5352 POC Kathleen M. Ching, Contracting Officer (360) 396-0257. DESC: DESCRIPTION: Firm fixed-price Architect-Engineer services are required for a concept study to determine alternatives and a recommended course of action to expand and upgrade Pier D at Puget Sound Naval Shipyard. This will include (but not be limited to) an analysis for options to upgrade the structural capacity and expand the pier to a length of 1300 feet and a width of at least 120 feet to a maximum of 150 feet including utility tunnels, vaults, fendering, and mooring fittings. It will also include an analysis of pier and supporting shore-side utility systems. All applicable requirements of MILHNDBKS 1025/1 and 1025/2 will be addressed. It is intended that this concepts study will provide all necessary information needed for the Project Cost Estimate (PCE) submittal, including a budgetary cost estimate of recommended alternatives. SELECTION CRITERIA: Prioritized selection criteria in descending order of importance are: (1) Recent specialized experience and technical competence of the firm (the office/branch actually accomplishing the work and including subconsultants) in the structural analysis and design of piers and waterfront structures and supporting utilities. Experience shall include, but not be limited to site investigations, structural analysis, engineering studies, designs and cost analysis completed in the past five years. Do not list more than 10 projects in Block 8 of the SF 255. Indicate which consultants from the proposed team, if any, participated in the studies identified in Block 8. (2) Professional qualifications of the staff to be assigned to this project, including subconsultants, and their respective background in the study/investigation and design of piers and waterfront facilities and specifically Navy waterfront facilities. List only the team members who will actually perform major tasks under this contract. Key personnel must have professional registration in their discipline. In Block 4 of the SF 255 (Personnel by Discipline) show the entire proposed team by listing personnel from consultants to the left of the parentheses. In Block 7 of the SF 255, indicate branch office location of each team member including key consultant's personnel. (3) Past performance on contracts of a similar nature with government agencies and private industry in terms of feasibility and constructability of recommended solutions identified in studies. Show representative examples of study recommendations and resulting construction including comparison of planning/study estimates to bid results. List recent awards, commendations and other performance evaluations. (4) Knowledge of the locality of the project. Demonstrate knowledge of conditions and requirements for design and construction in the locality. (5) Capacity to accomplish the work in the required time limits. Discuss the impact of this workload on the firm's permanent staff, projected workload during the contract period, the firm's history of successfully completing work in compliance with performance schedules, and the firm's history of providing timely submittals. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract period. Address the history and working relationship with the consultants to be utilized. ***Note: Criteria numbers (6) through (8) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (5) result in firms being ranked as equals.*** (6) Location of the firm in the general geographic area, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (7) Use of small or small disadvantaged or women-owned business firms as primary consultants or as subconsultants. (8) Volume of work previously awarded by the DoD to the firm. This information shall be recorded in Block 9 of the SF 255 by listing the total amount of prime DoD fees awarded for the previous 12 months. GENERAL INFORMATION: The estimated study start date is March 1997. The estimated study completion date is May 1997. A small business/small disadvantaged business subcontracting plan may be required in accordance with FAR 19.702. The Standard Industry Code (SIC) for this procurement is 8711. The small business size standard is $13.5 Million annual average gross revenue for the last three fiscal years. This procurement is unrestricted. Qualified firms desiring consideration shall submit one copy of an SF-254, and SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Ms. Kathleen M. Ching, Code BNC.KC, 19917 7th Ave NE, Poulsbo, WA 98370 not later than Close of Business (4:00 p.m. local time) 30 calendar days (first working day following a weekend or holiday) after publication in the Commerce Business Daily. Failure to submit the aforementioned items and the amount of DOD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Discuss why the firm is especially qualified based on the selection criteria in Block 10 of the SF-255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. Use Block 10 of the SF-255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF-255's will not be accepted. Site visits will not be arranged during the submittal period. Debriefing requests will not be entertained prior to 45 days after the SF 254/255 submittal due date. This project is open to all business concerns. No additional technical information is available. This is not a request for proposals. CITE: (I-338 SN008091) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Federal Highway Administration, Central Federal Lands Highway Division (HPC-16), P.O. Box 25246, Denver, CO 80225 SUBJECT: C--SINGLE AWARD FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR HIGHWAY ARCHITECT-ENGINEER (A-E) SERVICES, HAWAII SOL DTFH68-97-R-00011 DUE 011597 POC POC: Norman L. Hyndman, (303)969-5932/Contracting Officer: Edward Voelsing, (303) 969-5932 DESC: The Central Federal Lands Highway Division (CFLHD) anticipates one contract award. The contract is to operate with individually negotiated task orders issued in accordance with the terms of the contract. The contract award will consist of 1 base year with the potential of four 1 year options. A guaranteed contract minimum of $25,000 will be provided with a maximum value of the contract not to exceed a five year total of $7.5 million. Specific task order limitations will be a point of discussion and agreement during the initial negotiation. Highway design services are required for an indefinite delivery-indefinite quantity type contract to perform highway & bridge design, surveying and mapping, right-of-way development, hydraulic and geotechnical investigations, environmental studies, construction contract administration, and other pertinent highway work for the CFLHD. This work will be associated with Federally funded projects accommodating the needs of various Federal agencies (National Park Service, Military, etc.) The predominant geographic area is the State of Hawaii. Firms will be required to perform the predominant amount of work with in-house forces and must demonstrate their ability to satisfactorily accomplish all work items (either in-house or through qualified subcontractors). Specific highway design and related support services task orders will be negotiated as needed to facilitate development of a particular highway project or series of projects. Task orders may include but not be limited to: (A) Highway design activities such as reconnaissance and conceptual studies; traffic and safety studies; preliminary design; management of interagency meetings and public involvement meetings and hearings; obtaining needed rights of entry and permits; final design; preparation of plans, specifications, and estimates (PS&E); and preparation of right-of-way and utility plans. (B) Bridge and related structural design activities (e.g., retaining walls, box culverts, etc.) for the preparation of bridge type, size, and location (TS&L); final design; and preparation of bridge PS&E. (C) Surveying services such as aerial (photogrammetric) and/or ground preliminary surveys; cadastral surveys; bridge site surveys; and location and construction surveys. (D) Mapping services such as analytical aerial triangulation; digital terrain modeling; compilation of topographic and planimetric features; and preparation of right-of-way plats. (E) Geotechnical engineering for preliminary investigations and reports; pavement design; foundation and wall design; earthwork cut and fill slope recommendations; slope stability and landslide analysis and instrumentation; culvert condition surveys; and laboratory testing of materials. (F) Hydraulic engineering for the determination of design discharges and water surface profiles; flood plain analyses; and culvert and headwall design. (G) Environmental compliance services such as studies, recommendations, and reports for: wetlands, threatened and endangered species, sensitive species, cultural resources, socio-economic effects, hazardous materials, wild and scenic rivers, noise, visual quality, farmlands, and wildlife and fisheries; interagency coordination of environmental concerns; and the preparation of reports and documents required for the National Environmental Protection Act, FHWA Section 4(f) provisions, and Corps of Engineers Section 404 permits. Management of public meetings, and other public/agency involvement may be required. (H) Construction contract administration such as project administration, construction inspection, review of falsework or shop drawings, construction cost pricing, scheduling, office technical and clerical support, and other related technical services. Task orders may not be for a complete project or series of projects. Some project development activities may be accomplished by the CFLHD, by other Government agencies, or by other consulting firms. Structures and highway segments will be designed in accordance with current AASHTO policy, Federal Lands Highway procedures, and/or specific project requirements as determined by CFLHD. Development and preparation of certain permit applications may be required. Highway and earthwork design files shall be delivered in GEOPAK format unless otherwise noted in individual task orders. Plans and drawings will be delivered in Microstation IGDS (.DGN) format. Firms must comply with Equal Employment Opportunity (EEO) requirements, in accordance with FAR 22.8. Large businesses will be required to submit a subcontracting plan, in accordance with FAR 19.702. All firms responding to this request will be evaluated on the following criteria (in relative order of importance): (1) General and specialized experience and technical competence in highway projects in the State of Hawaii; (2) Professional Qualifications of the firm and staff; (3) Location in the general geographical area of the projects (Hawaii) and knowledge of the locality of the projects; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the projects; (4) Capacity to perform the work in a high quality and timely manner; (5) Past performance in terms of quality, cost control, and timeliness; and (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in highway design. Firms desiring to be considered must submit two copies of completed SF254 and SF 255. Only responses received in this office by 3:30 PM, January 15, 1997 local time, will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. See note 24.***** CITE: (W-338 SN008513) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U. S. Patent and Trademark Office, Office of Procurement, Box 6, Washington, DC 20231 SUBJECT: D -- FIRST PAGE DATA BASE (FPDB) ON CD-ROM SOL 52-PAPT-7-00007 POC Douglas R. Clift, Contracting Officer, (703) 305-8399 DESC: The US Patent and Trademark Office (USPTO) and European Patent Office (EPO) wish to disseminate first page patent information on CD-ROM. The first page patent information consists of a bibliographic summary, abstract, and the representative drawing, when available. In fulfilling this objective, the USPTO, on behalf of the two offices, will be utilizing a streamlined acquisition process described in the document entitled "Department of Commerce Acquisition Process Case for Change", available at the USPTO Internet site (see below) or http://www.conops.doc.gov. In order to successfully implement this new acquisition process, the Government seeks the cooperation of the vendor community in an effort to conduct business in an atmosphere of integrity, openness, and fairness. In place of the usual solicitation documents, the streamlined acquisition process begins with a Project Agreement which is summarized here. The complete Project Agreement will be available at the USPTO Internet site (see below). The First Page Data Base (FPDB) is an English-language collection of nearly all the world's patent literature. Documents are presented as bibliographic text, including title and abstract, and, where appropriate, the image of a representative drawing. Document selection for the FPDB is based on the patent family. Patent families result when a patent applicant submits an application for the same invention in several countries resulting in several patents based on the same priority application. The Trilateral Offices (USPTO, EPO, and the Japanese Patent Office (JPO)) have selected a single, representative member of each family with an English language abstract (or translation where necessary) to be included in the data base. Records in the FPDB are based on the internationally agreed first page format which presents a bibliographic summary, abstract, and representative drawing (where appropriate) as they would appear on the first, or cover page, of the document. Representative drawings extracted from patent image files are combined with the bibliographic text into Standard Generalized Markup Language (SGML) records. The document type definition (DTD) for patents (WIPO Standard ST.32) was developed jointly by the Trilateral Offices. The Trilateral Offices have also developed software for use with SGML-encoded patent data called MIMOSA for Mixed Mode Software Application. The JPO has already begun regular production of the Patent Abstracts of Japan (PAJ) on CD-ROM, the JPO portion of the FPDB, using the MIMOSA software and SGML. The back file portion of the PAJ product, covering the years 1976-1993, is arranged in 69 technology groups based on the International Patent Classification (IPC) system. The front file, beginning in 1994, is arranged numerically and is updated on a monthly basis. The EPO-US portion of the FPDB will follow the production model of PAJ, that is, the back file will be arranged by IPC grouping and the front file will be numeric and updated on a monthly basis. The USPTO seeks a contractor who will author, master, and replicate the EPO-US FPDB back file and monthly updates, ship discs to customers, and store remaining inventory for future use. The contractor will be required to produce discs using the MIMOSA software provided by the Trilateral Offices. The back file contains approximately 50 gigabytes of data. Preliminary estimates indicate that the initial order will be for 700 copies. The contractor will receive back file and monthly update tapes on 3490 cartridges. The contractor will not use the data for any other purpose nor will the contractor market or sell the resulting product. Sample data and the MIMOSA software are available upon written request for preparation of proposals. The total five-year estimated budget for the Project Agreement is approximately $1,000,000. The contract is open to all bidders, domestic and international. The complete Project Agreement and all documents mentioned therein will be posted at the USPTO's Internet site on or about December 18, 1996. All changes or updates to the Project Agreement will be posted at the USPTO's Internet site. Accordingly, potential bidders should check the USPTO's Internet site on a regular basis. The URL of the home page is http://www.uspto.gov/. On the home page, select "Acquisitions". On that page, look under "Acquisition Documents", "Solicitations", for First Page Data Base on CD-ROM. Selecting that item leads to the Project Agreement and all related documents. You can reach the First Page Data Base on CD-ROM page through "What's New" > "Current Announcements" or through "Information by Topic" > "Current Announcements" as well. Additionally, the Project Agreement may be accessed through the EPO Internet site at http://www.epo.co.at/epo/. Potential bidders are requested to submit questions concerning this project and requests for sample data and the MIMOSA software via Internet E-Mail to the attention of Douglas R. Clift at: dclift@uspto.gov. LINKURL: http://www.conops.doc.gov LINKDESC: CITE: (I-337 SN007880) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: National Park Service, Golden Gate National Recreation Area, Fort Mason, Bldg. 201, San Francisco, CA 94123. SUBJECT: D--NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT FOR FIBER OPTIC DS3 SERVICE TO PACIFIC BELL COMPANY. SOL 97-01 DUE 120696 POC Point of Contact - Joel Simmons, Contract Specialist, 415-556-6063 DESC: The National Park Service, Golden Gate National Recreation Area, intends to award a contract to the Public Sector Federal Systems Group of Pacific Bell to establish a Fiber Optic DS3 service link between Building 67 at the Presidio of San Francisco and Building 201 at Fort Mason San Francisco, through use of exixting ducts and fiber optic cable owned by Pacific Bell Compay. This noncompetitve action is pursued IAW FAR 6.302-1 [41USC 253(c)(1)]. EMAILADD: joel_r_simmons@nps.gov EMAILDESC: CITE: (D-337 SN007882) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: D -- UPGRADE AND MAINTENANCE OF SAFVR SYSTEM II SOL NOO421-97-R-1053 DUE 012197 POC Chris Lyons, Contract Specialist, (301) 342-1825 ext. 212 Deborah Mutschler, Contracting Officer, (301) 342-1825 ext. 111. DESC: The Naval Air Warfare Center Aircraft Division, Patuxent River, MD, Data Processing and Display Division requires upgrade and maintenance services for the Semi-Automated Film/Video Reader (SAFVR) system II for a base year plus four one year option periods. This requirement is being conducted under other than full and open competition with Amerinex Artificial Intelligence, Inc., 409 Main Street, Amherst, MA 01002 pursuant to 10 U.S.C. 2304(c)(1), only one responsible source. Amerinex Artificial Intelligence, Inc. was the developing company and maintains the proprietary rights to all software imbedded in the basic system as well as all software enhancements. Consequently, they are the only company that can provide software that is 100% compatible with existing application programs. An indefinite-delivery, indefinite-quantity type contract is anticipated. Responsible sources may request a copy of the solicitation by contacting Mr. Chris Lyons, Code 25521J, Contracts Division, Mail Stop 32, Bldg. 588, Patuxent River, MD 20670-5304 or by fax at (301) 342- 1864. All responsible sources may submit a proposal which shall be considered by the agency. See Numbered Note 22. CITE: (I-338 SN008114) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 38 LS/LGCX, 4022 Hilltop Rd, Tinker AFB OK, 73145-2713 SUBJECT: D -- LOCAL EXCHANGE SERVICE FOR PETERSON AIR FORCE BASE, COLORADO SPRINGS, CO 80914-1650 SOL N/A DUE 122496 POC Jackie Catrow, Contract Specialist, (405) 734-9759. DESC: This is a Sources Sought market survey synopsis for vendors certified by the Colorado Public Utility Commission to provide local telephone exchange services. The primary service requirement is local access trunking, commercial business lines, transport channel services, and related functions at Peterson AFB CO located in El Paso County, CO. These exchange services do not include residential or business services for non-government entities or customers such as residential service for service members and their families or non-government contractors co-located with Peterson AFB. Peterson AFB is presently serviced by exchange (719)-554 &556 provided by US West. The current quantity of direct in-dial and two way exchange access trunks serving the base is 240. This quantity may expand due to additional service requirements. Peterson AFB currently uses 20,000 direct in-dial station numbers from (719)-554 &556. Local calling access for Peterson AFB is needed to the exchange located in Colorado Springs CO. Local exchange services are required to enable Government users to access the following: local and intra-LATA exchange areas, and interconnection with inter-LATA exchange carriers. The local exchange service shall include direct in-dial trunking to the Government telephone switching system (AT&T System 85 Model G2.2). The vendor shall provide number portability for the current exchange DID numbers. Requirements for new hundred levels shall be within the existing NXX until exhausted. The vendor shall have the ability to acquire additional DID station numbers. Access to the local exchange shall include Emergency 911 services and functions. The vendor shall provide access to directory number information, e.g., NPA-555-1212 or 411. The vendor shall provide access to operator services for subscriber line verification or barge-in, extend to long distance providers, and assistance with other exchange access functions. Interconnection of the local exchange service shall be provided by analog and digital trunks. Trunking connections for 4-wire E&M Type 1 or 2-wire dial repeating, digital (1.544Mbps) to provide E&M, and foreign exchange/local exchange loop and/or ground start are needed. The vendor shall provide analog business lines and ISDN BRI digital line terminations. The vendor shall provide transport services within the local exchange area at data rates expected to range from low speed analog voice bandwidth to conditioned data channels supporting 56Kbps and digital stream ranging from DS1, DS3 to SONET OC-3 rates. Migration of SONET to next higher transmission rates is an expected growth plan. Transport services may be provided to the designated demarcation point or may be extended to the end users. Dynamic allocation of bandwidth is expected to be a future use of the local exchange connection facilities. Termination of lines and trunks (analog and digital facilities) shall meet via network loss constraints to maintain an acceptable engineered transmission level to the user. Reliability of facilities and equipment are concerns of the vendor. The Government may require periodic traffic study data. Expected channel availability rate of 99.98% or greater is needed. The quality of these channels shall meet or exceed industry standards for maximum noise levels, loss and echo. Demarcation of exchange access lines, private line channels, and trunks shall be at the switching system room. Termination of digital circuits shall permit craft personnel to access by patch cords. Demarcation of business lines shall be on the distributed frame (including BRI (ISDN) U-Loop). The vendor shall provide and arrange billing in monthly increments itemized by pilot directory number, by service type and area codes. Billing shall be provided in paper format and magnetic media formatted for sorting and printing by the Government to distribute to tenants for verification and certification. The billing shall be separable by grouping of directory numbers or by individual directory numbers for distribution by these users. Firms interested in providing for the Peterson AFB, CO local exchange services and media requirements are requested to provide a summary of technical and financial information concerning their certifications (by type, i.e., facility or non-facility based by service area), applicable tariffs, capabilities, experience (current services or contracts to include points of contact), hardware assets and access to switched services and corporate background in the telecommunications industry. Offerors must provide specific information as to how the services listed in this synopsis would or could be satisfied. Only firms submitting acceptable technical and financial statements or resumes will be solicited or considered for competitive proposals or evaluation and selection under multiple tariffed services. Responses should be limited to approximately 25 pages or less. All replies should be forwarded to the contracting officer. Sources Sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the Specialized Contracting Section, CSA Branch. All questions and replies should be forwarded to the contracting officer 38LS/LGCX, Attn: Ms Cathy Summers, 4022 Hilltop Road, Suite 204, Tinker AFB, OK 73145-2713, Telephone: (405) 734-9297, Fax: (405) 734-9537, or e-mail: Cathy.Summers@mailgate.eiw38.af.mil. CITE: (I-338 SN008122) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Siskiyou National Forest, 200 NE. Greenfield Road, P.O. Box 440, Grants Pass, Oregon 97526 SUBJECT: F--TREE PLANTING (006,020,083) - CHETCO, GALICE, GOLD BEACH, AND POWERS RANGER DISTRICTS SOL 97-8 DUE 012197 POC Contracting Officer, Clyde Hooper, 541/471-6600 DESC: Work consists of planting tree seedlings on approximately 150 acres on the Chetco and Gold Beach Ranger Districts (Item No. 1), 42 acres on the Galice Ranger District (Item No. 2), and 240 acres on the Powers Ranger District (Item No. 3). Estimated start work dates range from February 24, 1997, through March 3, 1997. State of Oregon Farm/Forest Contractor License is required. See Note 1. CITE: (I-338 SN008081) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W. Hailey Ave., Pendleton, OR 97801-3942 SUBJECT: F--SPRING TREE PLANTING SOL Sol. R6-14-97-11 DUE 010397 POC Contact Merle Matthews, 541/278-3843 DESC: The Umatilla National Forest is soliciting quotes for tree planting on an estimated 466 acres located on the Pomeroy RD in southeastern Washington. Desired start work date is 5/27/97 with a contract time of 15 days. A Washington State Farm/Forest Labor License is required. See Numbered Note 1. CITE: (W-338 SN008208) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230 SUBJECT: F--TOTAL ENVIRONMENTAL RESTORATION CONTRACT FOR VARIOUS CUSTOMERS WITHIN THE BOUNDARIES OF THE OHIO RIVER DIVISION, CORPS OF ENGINEERS SOL DACA27-97-R-0015 DUE 022897 POC Contracting Officer Joseph L. Theobald (502) 582-6796 (Site Code DACA27) DESC: Information regarding Solicitation No. DACA27-97-R-0015, total environmental restoration contract for various customers within the boundaries of the Ohio River Division, Corps of Engineers, was originally published under Classification Category "C" i the November 29, 1996, issue of the Commerce Business Daily. Firms interested in this solicitation should consult that issue for further details. CITE: (I-338 SN008243) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4340, FORT JACKSON SC 29207-5490 SUBJECT: F--PERFORM ASBESTOS TESTING XVIII IN VARIOUS BLDGS. SOL DABT47-97-T-0032 DUE 121896 POC Contract Specialist Ann Brown (803) 751-5647 (Site Code DOCDOC) DESC: Furnish all plant, labor, materials and equipment, and perform all work in connection with "Perform Asbestos Testing in Various Bldgs, Phase XVIII", Fort Jackson, SC, complete, in strict accordance with specifications and subject to the terms and conitions of the contract, and all environmental requirements of the South Carolina Department Health and Environmental Control (DHEC). Telephone request may be submited via TELEFAX (803)751- 5429, and should include street address in lieu of Post Office Box o expedite delivery. Telephone request for quotation will not be honored. CITE: (I-338 SN008245) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W. Hailey Ave., Pendleton, OR 97801-3942 SUBJECT: F--TREE PRUNING SOL R6-14-97-12 DUE 010897 POC Merle Matthews, 541/278-3843 DESC: The Umatilla National Forest is soliciting quotes for tree pruning on an estimated 162 acres located on the Pomeroy RD in southeastern Washington. Desired start work date is 6/9/97 with a contract time of 90 days. A Washington State Farm/ Forest Labor License is required. See Numbered Note 1. CITE: (W-338 SN008251) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Willamette National Forest, 211 E. 7th, Eugene, Oregon, 97401 SUBJECT: F--WINTER/SPRING TREE PLANTING-SOUTH ZONE RANGER DISTRICTS SOL R6-18-97-902 DUE 011597 POC Contract Specialist, Telephone No. (541) 465-6506. DESC: A project consisting of hand planting predominently 2-0 seedlings, 3 items, approximately 452 acres each item on the Oakridge and Rigdon Ranger Districts, located in Lane County, Oregon, 58 miles east of Eugene, Oregon. Estimated start work date is February 1, 1997. Contract performance time is 28 calendar days for each item. See Note 1. The proposed procurement is totally set-aside for Small Business Area Concerns. CITE: (M-338 SN008256) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965 SUBJECT: F--NURSERY SERVICES SOL 1422H952-B96-3008 DUE 011797 POC Sherry Marshall, 503-952-6218 DESC: The work consists of providing the following nursery services 1) packaging 450,000 containerized plug seedlings for shipment and 2) preparing containers, sowing seed, weeding, transplanting, and thinning of 620,400 containerized plug seedlings. Award of one contract with four (4) one year renewal options is anticipated. Project site is located at the Water Horning Tree Seed Orchard, Clackamas County, Salem District, Oregon. EMAIL or952mb@or.blm.gov EMAILDESC: CITE: (W-338 SN008339) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Flathead National Forest, Attn: Contracting, 1935 Third Avenue East, Kalispell, MT 59901 SUBJECT: F -- TREE AND SHRUB HAND PLANTING SOL RFP R1-10-97-6 DUE 022697 POC Barb Venturini/Nola Rice, 406-758-5318/406-758-5310. DESC: The Flathead National Forest will be advertising a Request for Proposals for Tree and Shrub Hand Planting, Tally Lake Ranger District, Flathead County, Montana. Work consists of approximately 1,000 acres. Issue Date, January 27, 1997. Notice to Proceed will be issued approximately May 1, 1997. Contract time, 40-calendar days. See Numbered Note(s): 1. CITE: (I-338 SN008401) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: National Council on Disability, 1331 F Street, NW., Suite 1050, Washington, DC 20004-1107 SUBJECT: H--DEVELOP AND COORDINATE A STUDY ON MONITORING THE IMPLEMENTATION OF THE AMERICANS WITH DISABILITIES ACT SOL SOL AD1 DUE 112196 POC Janice Mack, (202) 272-2004, TT-(202) 272-2074. DESC: Cancelled. This RFP will be reissued. CITE: (M-338 SN008254) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Department of Veterans Affairs 662/90C, 4150 Clement St., San Francisco, CA 94121 SUBJECT: H -- NURSING HOME INSPECTIONS SOL RFP 662-07-97 DUE 012397 POC Contracting Officer, Doug Hargrove (415/750-2066) DESC: The Department of Veterans Affairs Medical Center in San Francisco, California intends to award a contract for one base year with the possibility of four option years for inspection of various nursing and convalescent homes, board and care facilities, and adult daycare facilities which provide lodging and services for patients. The facilities are generally in the San Francisco Bay Area (peninsula and northerly as well as somewhat inland). Inspections shall be for the purpose of determining whether each facility complies with all codes, regulations, and other dictates to which it is subject. Knowledge of and understanding of such areas as fire detection systems, fire protection systems, various building systems (HVAC, power, etc.), and ability to physically inspect facilities is required. Familiarity and experience with NFPA 101 (Life Safety Code - 1994) is required. All solicitation packages shall be requested in writing; requests for packages may be made via fax to 415/750-2170. Faxed bids will not be authorized. Small Business set-aside. See Note(s): 1. CITE: (I-338 SN008416) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL 61299-5000 SUBJECT: J--PREVENTIVE MAINTENANCE SERVICES ON HVAC EQUIPMENT SOL DAAA08-97-R-0502 DUE 020697 POC Purchasing Agent Mrs. Jodie L. Bennett (309) 782-8541 (Site Code DAAA08) DESC: Contractor to provide services for preventive maintenance of various HVAC Building Equipment and Steam Distribution System. Selection criteria shall include: (1) Personnel Qualification; (2) Company experience in type of work required; (3) Company's ethods and procedures for providing customer service. Pre-Proposal Conference is tentatively schedule for 14 JAN 97. Contractor's planning on attending should contact Jodie Bennett, (309) 782-8541. Type of KT: Firm Fixed Price and Time and Materials. Estimted start and completion dates: 1 APR 97 through 31 OCT 97. Duration of contract period: Base year 7 months plus one option year. Approximate issue date is 23 Dec 96 with closing date 45 days from issue. Firms interested in receiving solicitation package should call (309) 782-3041. All responsible sources may submit a proposal which may be considered by the agency. The proposed contract listed here is unrestrictd. CITE: (I-338 SN008238) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (vpl-3), U. S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 SUBJECT: J -- IN-PLACE TRUING OF MAIN MOTOR AND BOTH PROPULSION GENERATORS USCGC LAUREL (WLB-291) SOL DTCG80-97-Q-3FA749 DUE 121896 POC Contact Ms. Beverly Garner, Contracting Officer (757) 628-4663 DESC: This is a combined synopsis/solicition for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) number DTCG80-97-Q-3FA749. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 90-39. The standard industrial classification code is 3732 and the size standard is 500 employees. The following is a description for the listed services. 1. Provide services for In-place truing of the Main Motor Communator and both Propulsion Generators Communicators, and high pressure water wash cleaning/drying of same, on board CGC Laurel (WLB-291), at Mayport, FL. Equipment Details as follows: Main Motor- Westinghouse Electric Motor #14-A-8304, Group 1, 180/220 SRPM, 550 Volt, 1780 Amp, 1200 HP and Shunt Wound. Propulsion Generators; #1- Westinghouse Electric Motor #13-A-1326, Group 1, 275 Volt, 1780 Amp, 490 KW, 700 RPM and CW Rotation. #2 - Westinghouse Electric Motor #13-A-1327, Group 1, 275 Volt, 1780 Amp, 490 KW, 700 RPM and CCW Rotation. As prescribed in FAR 52.12-2 Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Required Delivery Date. The following FAR Clauses will apply to this solicitaion: 52.219-6 Notice of Total Small Buisiness Set-Aside, 52.222-41 Service Cotract Act of 1965, as amended. Offers are due on 18 December 1996 1200 Commander (VPL-3) MLCLANT 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 Attn: Ms Beverly Garner. For information and copies of Specifications call (757)628-4663. The contract performance period is from 30 December 1996, through 20 January 1997. CITE: (I-338 SN008394) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave. Ste 315, Code CTQ, Quantico, VA 22134-5010 SUBJECT: J -- MAINTENANCE AND REPAIR OF HARRIS FALCON SERIES RADIOS SOL N/A POC POC Cynthia Robertson, Contract Specialist (703) 784-5822 x237, Dorinne M Rivoal, Contracting Officer. DESC: SOLE SOURCE: The U.S. Marine Corps intends to award a sole source contract to Harris Corporation of Rochester, New York for the repair of Falcon Series Tactical Communications Systems, on an as needed basis. Harris Corporation is the sole producer of the Falcon Series Tactical Communications Systems, is the only company which has the necessary drawings, and owns the rights to the hardware and software. No other source is considered capable of performing the required effort. The proposed contract action will include a base year and two option years. No solicitation document exists for this effort. See Numbered Note 22. CITE: (I-338 SN008422) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113 SUBJECT: J -- MAINTENANCE AND REPAIR OF THE VESSEL TRAFFIC SYSTEM (VTS) AT BERWICK BAY, MORGAN CITY, LA SOL DTCG84-97-Q-335006 DUE 011697 POC Contact Michelle Blake, Contract Specialist at (757) 628-4117/Marie A. Gilliam, Contracting Officer at (757) 628-4109. DESC: Provide all labor, supervision, transportation, equipment, tools, test equipment and materials necessary to perform on-site preventive maintenance and emergency repairs for the Vessel Traffic System (VTS) at Berwick Bay, Morgan City, LA. The work includes routine preventive maintenance and 24 hour per day "on call' emergency repair service for the Vessel Traffic System. The equipment includes, but is not limited to, VHF-FM communications equipment, closed circuit television, microwave transmission equipment, emergency power equipment, radar equipment and related equipment. The contract performance period will begin approximately 01 February 1997, or date of award, whichever occurs sooner, through 30 September 1997 with four (4) one year options. The Standard Industrial Classification (SIC) code is 3663 with firms employing 750 employees or less qualifying as a small business. The solicitation will be issued on or about December 24, 1996. All requests for solicitaions shall be submitted in writing and shall indicate that the business is a small business. All correspondence concerning this acquistion shall reference Request for Quotations (RFQ) Number DTCG84-97-Q-335006. Facsimile requests may be transmitted to (757) 628-4134, attention: Michelle Blake. Note: The Department of Transportation (DOT) Office of Small and Disadvantage 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. All responsible sources may submit an offer which will be considered by this agency. See Note 1. CITE: (I-338 SN008481) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding Conversion and Repair, U.S.N., P.O. Box 7003, Code 410.3, Pascagoula, MS 39568-7003 SUBJECT: J -- USS JOHN HALL (FFG 32), PLANNED RESTRICTED AVAILABILITY SOL N62795-97-R-0005 DUE 012197 POC Azmat Khawaja, Contract Specialist, (601)769-5685, Gerald G. Sorrell Contracting Officer, (601)769-4250 DESC: This is a Planned Restricted Availability (PRAV) and the work includes Hull, Machinery, Electrical, Electronics, Piping and Boiler. Performance period is from 17 March 1997 through 16 May 1997. Work is to be performed at the Naval Station Pascagoula, MS by qualified Contractors with a Master Ship Repair Agreement and/or an Agreement for Boat Repair and who are also under the coginance of SUPSHIP Pascagoula, MS. CITE: (I-338 SN008505) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: U.S. Army Garrison Fort Ritchie, Directorate of Contracting, Attn: ANRT-OCA, 601 Lakeside Drive, Fort Ritchie, MD 21719-1033 SUBJECT: M291--OPERATION OF GOVERNMENT RECREATION FACILITY, NON-BLDG STRUCTURE SOL DADW38-97-Q-0100 DUE 012097 POC Point of Contact - Mrs. Kay Martin, Purchasing Agent, 301-878-5629, Contracting Officer - Mr. Timothy Scott, 301-878-5705 DESC: The Directorate of Contracting intends to use "Simplified Acquisition procedures to award a contract for total management of the swimming pool facility in order to provide recreational swimming, a swim lesson program, a soldier drownproofing program, a water fitness program, and other special event support. The contractor shall provide: (1) management resources to administer the Ft. Ritchie summer swimming pool program; (2) qualified staff of lifeguards to cover day-to-day facility operations; (3) qualified staff of instructors in order to offer special instructional programs; and (4) qualified staff in order to perform daily, basic maintenance of the facility. Any offeror who is interested in receiving a copy of Request for Quotation DADW38-97-Q-0100 should put that request on company letterhead and fax request to Mrs. Kay Martin at (301) 878-4528 or mail request to US Army Garrison, Directorate of Contracting, ATTN: ANRT-OCP, 601 Lakeside Drive, Fort Ritchie, MD. 21719-4020. No telephone requests will be accepted. EMAIL scottt@ritchie-emh1.army.mil EMAILDESC: CITE: (W-338 SN008307) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: AFDTC/PKZB, 205 West D Avenue, Suite 416, Eglin AFB, FL 32542-6864 SUBJECT: M -- M-RANGE OPERATION AND MAINTENANCE (O&M) OF EGLIN TECHNICAL FACILITIES SOL F08635-97-R-0002 DUE 122396 POC Contact Ms. Kim D. Williams, Contracting Officer or Capt Hal McAlduff, Contracts Manager at (904) 882-4603. DESC: RANGE OPERATION AND MAINTENANCE (O&M) OF EGLIN TECHNICAL FACILITIES - A proposed contract action in the form of a Request for Proposal (RFP) was released on the Eglin Air Force Base, Contracting Opportunities Home page on the World Wide Web (Internet) on 22 November 96. The address for this page is http://eglinpk.eglin.af.mil/OPS/RFP.HTM. Paper copies of the Request for Proposal will not be mailed to potential offerors. This synopsis is published to correct information contained previously in the 6 and 12 November 96 versions. A cost-plus-award-fee contract with cost reimbursable line items for a three-year basic period, one two-year option, and one three-year option is anticipated for award on or about 1 May 97. An organizational conflict of interest (OCI) provision has been incorporated into the contract and is set out in the RFP. Under 22 U.S.C. 2751 and 50 U.S.C., Appendix 2401, it is unlawful to export items containing export-controlled technical data. Only qualified U.S. contractors who have registered with and are certified by the Defense Logistics Services Center, Battle Creek, MI 49016-3412, telephone number 1-800-352-3572, will be eligible to receive the entire RFP. This is not a small business set-aside. Technical questions may be addressed to 46 TW/TST, Mr. Lorin Klein, (904) 882-2591. For contractual information, contact Capt. Hal McAlduff, AFDTC/PKZ, Eglin AFB, FL 32542-6864, (904) 882-4603 or Ms. Kim D. Williams, Contracting Officer, AFDTC/PKZ, Eglin AFB, FL 32542-6864, (904) 882-8567. An Ombudsman, Dr. Daniel J. Stewart, AFDTC Executive Director, (904) 882-5558 or E-mail stewart@eglin.af.mil, has been appointed to hear offerors' or potential offerors' confidential concerns, if any, regarding this acquisition. The Ombudsman's purpose is not to replace the technical staff or contracting officer but to serve as an honest broker regarding contractor concerns, issues, and disagreements with government personnel. Routine technical and contracting issues should therefore be directed to the technical and contracting staff previously identified in this synopsis. Responses to this NOCA are not required. CITE: (I-338 SN008407) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs, Chief, A&MMS (90C) Alvin C, York VA Medical Center Murfreesboro, TN 37129 SUBJECT: Q -- PHYSICIAN - TRIAGE SOL 622-24-97 DUE 010997 POC Tammy W. Hahn, Contracting Officer, 615-893-1360 Ext. 3232 DESC: The Alvin C. York VA Medical Center requires Physician - Triage Services for the period 6 months from date of award at the Alvin C. York VA Medical Center, 3400 Lebanon Road, Murfreesboro, Tennessee. Requests for Solicitation 622-24-97 must be requested on firm letterhead. Bid material available 12/20/96. Bid opening date is 1/9/97. Requests may be faxed to (615) 904-8848. CITE: (I-338 SN008084) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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) 628-3134. 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-338 SN008116) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 LABORATORY SERVICES SOL DTCG84-97-R-3KB900 DUE 012197 POC Contact Maria Negron,Contract Specialist at 757/628-4113/Marie A. Gilliam, Contracting Officer at 757/628-4109. DESC: Provide Medical Laboratory Services at the request of U.S. Coast Guard medical officers or civilian physicians under agreement with the Coast Guard through specimen referral for 20 U.S. Coast Guard Field Unit Medical Clinics located in NY, MA, DC, VA, LA, MI, FL, PR, NJ, CT, MD, and AL. The Statement of Work, in addition to the specific tests 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 8071 with $5 million or less average annual receipts for small businesses within the last three (3) fiscal years. This solicitation will be issued on or about December 20, 1996. All requests for solicitation shall be submitted in writing and shall indicate the business size. Facsimile requests may be transmitted to (757) 628-4134. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Disdavantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working captial 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-3KB900. All responsible sources may submit an offer which will be considered by this agency. This acquistion is unrestricted and will use the policies contained in Part 12, Acquistion of Commercial Items. CITE: (I-338 SN008124) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 -- GENERAL PRACTICE MEDICAL SERVICES AT USCG MSO WILMINGTON, NC SOL DTCG84-97-R-3KB433 DUE 012397 POC Contact Michelle Blake, Contract Specialist at (757) 628-4117/Marie A. Gilliam, Contracting Officer at (757) 628-4109. DESC: Provide General Practice Medical Services for the U.S. Coast Guard Marine Safety Office (MSO), Wilmington, North Carolina, on a routine, part-time basis each Monday through Friday from 8:00 a.m. through 11:30 a.m., plus and additional 1.5 hours on Tuesdays from 1:00 p.m. to 2:30 p.m., to all beneficiaries referred by the professional staff of the Health Services Clinic. The contract performance period will begin approximately 01 April 1997 or date of award, with four (4) one-year options. The SIC Code is 8011 with $5 million or less average annual receipts for small businesses within the last three (3) fiscal years. The solicitation will be issued on or about December 24, 1996. All requests for solicitations shall be submitted in writing and shall indicate that the business is a small business. All correspondence concerning this acquistion shall reference Request For Proposal (RFP) Number DTCG84-97-R-3KB433. Facsimile requests may be tansmitted to (757) 628-4134, attention: Michelle Blake. Note: The Department of Transportation (DOT) Office of Small Disdavantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantage business enterprises to acquire short term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBY at (800) 532-1169. For information concerning the acquistion, contact the contracting official liste above. All responsible sources may sumbit an offer which will be considered by this agency. See Note 1. CITE: (I-338 SN008400) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 -- ORTHOPEDIC SERVICES SOL DTCG84-97-R-3KB880 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 Orthopedic services to all eligible beneficiaries at the U.S. Coast Guard Integrated Suppot Center Portsmouth, Virginia in accordance with the established principles, practices, and ethics of the Medical and Orthopedic 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 8051. This solicitation will be issued on or about December 23, 1996. Request for solicitation must be in writing. Telephonme requests will not be honored. Facsimile requests maybe traqnsmitted to (757) 628-4134;Attn: Xiomary Vargas; however, the MLCLANT assumes no responsibility 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 Proposal (RFP) Number DTCG84-97-R-3KB880. All responsible sources may submit an offer which will be considered by this agency. See Numbered Note (s): 1 CITE: (I-338 SN008428) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696 SUBJECT: Q -- MEDICAL CONSULTANT SERVICES- SPECIALTY ADULT ORTHOPEDICS SOL SSA-RFP-97-2930 DUE 121796 POC Joyce L. Werrell Tel: (410) 965-9473 DESC: The Social Security Administration (SSA) requires the services of a contractor to provide Medical Consultant Services in the speciality of Adult Orthopedics. Consultation services shall be written or oral from the review of SSA Disabilty Case Files. There will be no contact with patients. Competitive pricing will be solicited and accepted. The period of performance shall be one year from either the date of award or June 1, 1997, Whichever is later, with provisions for the inclusion of three one-year option periods. Solicitation Number SSA-RFP-97-2930 is scheduled for release on or about January 2, 1997, with proposals due 30 days later. Requests for the RFP should be received no later than 15 days after the date of this publication. Requests received after that time will be filled on a first-come, first-served basis. No telephone requests for the RFP will be honored. This requirement is a 100% small-business set-aside. Proposals received for OTHER than a small business will be deemed unacceptable and given no further consideration. This solicitation will be available for download in electronic form on the SSA Acquisition Data and Information Exchange Bulletin Board System. For access, dial (410) 966-4889 within the Baltimore, MD area or 1-800-SSA-SELL for other access. Set your modem to 8 data bits, no parity, 1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal emulation. Further instructions are available online. For technical assistance, call the SYSOP at (410) 965-8086. The solicitation will also be available for downloading from SSA's Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm. Please note that the solicitation version on the bulletin board will not include the SF-33, Solicitation, Offer and Award. LINKURL: http://www.ssa.gov/oag/oag1.htm LINKDESC: CITE: (I-338 SN008509) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services--Potential Sources Sought OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113 SUBJECT: Q -- ORAL SURGEON SERVICES SOL DTCG84-97-Q-3KB795 DUE 011497 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 utilizing Simplified Acquistion Procedures to a qualified individual or business capable of providing all aspects of outpatient oral surgery including screening, detailed examination and dentally indicated services to all eligible beneficiaries at the U.S. Coast Guard Air Station Cape Cod, Massachusetts. 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 period. The SIC Code is 8021 with $5 million or less average annual receipts for small businesses. This solicitation will be issued on or about December 20, 1996. Request for solicitation must be in writing; Attn: Xiomarys Vargas. Telephone requests will not be honored. Facsimile requests may be transmitted to (757) 628-4134; however, the MLCLANT assumes no responsibility for the receipt of facsmilie transmissions. Any correspondence concerning this acquistion shall reference Request For Quotation (RFQ) Number DTCG84-97-Q-3KB795. All responsible sources may submit an offer which will be considered by this agency. See Numbered Note (s): 1 CITE: (I-338 SN008399) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 47th Contracting Squadron, 171 Alabama Ave, Laughlin AFB TX 78843-5102 SUBJECT: R - ARCHITECT ENGINEER SERVICES SOL F41685-97-R0008 DUE 121696 POC Contact Mrs. Juanita A. Rodriguez, Contracting Officer, (210) 298-5608 or Mrs. Juanita Vasquez, Contracting Officer, (210) 298-5115 DESC: Correction. This action originally publicized in the CBD dated 11/29/96 did not include all the engineering design services required. The services required include civil engineering, mechanical engineering and architectural indefinite design. Standard Form 254 and Standard Form 255 are required to be submitted no later than 16 Dec 96. Only one contract will be awarded with all disciplines included. All other information publicized in the original synopsis is correct. CITE: (I-338 SN008079) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: R--LITIGATION SUPPORT SERVICES SOL N47408-97-Q-1336 DUE 121896 POC Purchasing Agent, MELANIE A. VANCIL, 805-982-5050 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals re being requested and a written solicitation will not be issued. Solicitation N47408-97-Q-1336 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular90-42. This procurement is 100% set-aside for small business and is under SIC Code 8111. The small business standard is $5,000,000.00. Contract Line Item Number (CLIN) 0001 is for one job of litigation support services to include but not be limited to: acquisition of deposition transcripts for all depositions taken by the Appellant and the Government (approximately 35 depositions are anticipated), menuscript with ndex for each deposition as well as an electronic copy of the depositions on a disk in Wordperfect format, menuscripts will be limited to four pages per page; organize data by developing a computer database of all documents(approximately two thousand pages associated with the claim, numbering documents designated by the trial attorney in accordance with the Bates numbering system, ensure there is no duplication of documents in the database, database must have search capability by subject, dates, people and events, and be operable on a 486 computer in a Windows environment; maintain database, provide document support for the trial attorney and claims team as requeted; gather pertinent information and develop a spreadsheet analysis of data including but not limited to invoices of materials, labor timesheets and costs analysis, prepare graphs and time lines as directed by the trial attorney in Microsoft Excel, Versio 5.0 and deliver in both hard and electronic copy, provide a person to testify at trial who can explain, in sufficient detail, what information was used to create the spreadsheet, how it was prepared and what uses can be made of the information, same person shall be available to be deposed if requested; review the claim and suggest interrogatories and requests for documents , find and copy all docments requested as responses to interrogatories from Appellant, suggest additional documents which Government has that may be relevant to the litigation, suggest additional areas of discovery; order or work with copies of depositions in hard and electronicmedia, may be requested to provide a list of potential deponents, prepare deposition binders for each person selected for deposition by the Government, review and issue code for all deposition transcripts, provide an abstract of the deposition to the Government, enter the electronic transcript into database; provide subject and witness binders for all witnesses, binder documents shall be tabbed and indexe in chronological order; assist with Appellant's discovery of the Government's documents, enter such documents in the database and indicate in the database that these documents were produced to the appellant, provide copies of all documents requested by Apellant in discovery; assist with the Government discovery of Contractor documents; organize and prepare trial and deposition exhibits as needed; provide trial support through management of the documentation as needed; provide both electronic and hard copies of any hearing/trial transcripts and exhibits as needed; provide post- trial support as needed by the litigation office; all contractor support personnl must sign and comply with the Non-Disclosure Statement, contractor personnel and any subcontractor personnel must also abide by the protective order in place in the case concerning Privacy Act Information and proprietary data; all contractor personnel shll be required to respect attorney/client confidences and privilege as well as the attorney work product rule, all data and working papers shall be marked as "Attorney Work-Product Privileged" and so treated. Completion date is 30 Sep 97. Inspection and acceptance are at Destination and F.O.B. point is Destination. Place of delivery is to the Navy Litigation Office in Arlington VA. Provision FAR 52.212-1, Intructions to Offerors-Commercial applies to this acquisition. Provision FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition and will be based on price and past performance. Offeror is to include a completed copy of the provision FAR 52.21-3, Offer Representations and Certifications-Commercial Items, with it's offer. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition which indicates FAR Clauses 52.222-3 Convict Labor, 52.233-3 Protest After Award 52.219-14 Limitation on Subcontracting, 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 Veteran and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies. Defense Priority rating for this acquisition is DO. The quote is due to the NAVFAC Contracts Office, CBC Code 27228, 1000 23rd Avenue, Port Hueneme, CA 93043-4301 by 1400 on 18 Dec 96. POC: Melanie Vancil, Procurement Clerk (805) 982-5050. CITE: (I-338 SN008217) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Treasury (DY) Financial Management Service, 401 14th Street, SW, Room 458D, Washington, DC 20227 SUBJECT: R -- DEBT COLLECTION SERVICES SOL RFC-FMS-97-0001 POC Tonya Kreps, Contract Specialist, Internet e-mail: contract.specialist@fms.sprint.com. DESC: The Financial Management Service (FMS) has a requirement for private collection agency services and the Request for Comment (draft solicitation) is now available for downloading from the FMS Procurement Opportunities home page (see below for the Internet http location). Pursuant to the Debt Collection Improvement Act of 1996 (DCIA), Federal agencies are required to refer consumer and commercial debt over 180 days delinquent to the FMS, Debt Management Services (DMS). DMS will employ various collection tools in an attempt to recover these debts. If unable to recover the debt, DMS may refer it to a private collection agency. Federal agencies may also utilize collection agency services for any debt, including medical debts, less than 180 days old through task order issuance. Multiple award contracts are expected. This procurement will be a partial small business set-aside, whereby approximately 25% of the prime contracts will be set aside for potential award to small business offerors. The SIC code for this acquisition is 7322 with a size standard of $5 million in annual receipts. Small and 8(a) businesses are encouraged to participate in the procurement. As part of the evaluation of vendor proposals, the following criteria will be considered mandatory and evaluated on a pass/fail basis: 1) offeror, collectively, i.e., through any allowed combination of team members or subcontractors, must be able to collect nationwide debt; 2) offeror, collectively, must be capable of collecting debt in various U.S. territories. If an offeror fails to meet any one of the above criteria, its proposal will be deemed unacceptable and will not be evaluated further. In terms of contract type, combination fixed price service/requirements contracts are anticipated. The fixed price service portion of the contract(s) will be utilized for debts over 180 days delinquent, whereby accounts will be electronically transferred on a monthly basis to the contractor(s) by DMS. (NOTE: Task orders will not be issued for accounts electronically transferred by DMS.) The requirements portion of the contract(s) will be used for debts less than 180 days, whereby Government agencies will transfer accounts on an as-needed basis by issuing task orders against the contract(s). Services will be required for a base period of one year with four one-year option periods available. The FMS will be using the Internet EXCLUSIVELY (NO HARD-COPY SOLICITATION DOCUMENTS WILL BE ISSUED) to distribute ALL solicitation documents for this requirement. All solicitation documents distributed by the FMS may be obtained from the Internet at http://www.ustreas.gov/treasury/bureaus/finman/procure.html. To ensure timely receipt of any updates and/or amendments to the solicitation, the FMS recommends that vendors interested in this requirement consider the subscription service available on the FMS Procurement Opportunities home page. Vendors shall be responsible for obtaining all solicitation documents from the Internet. The FMS plans to pursue the following ESTIMATED time-line of the procurement process, which is available and will be updated regularly on the FMS' Procurement Opportunities home page on the Internet: 12/05/96 RFC-FMS-97-0001 (draft solicitation) will be issued for vendor comments (NOTE: Both the draft solicitation AND the SF 33 and attachments must be obtained from the Internet); 12/19/96 Vendor questions/comments due [Vendors shall submit questions/comments via Internet e-mail to contract.specialist@fms.sprint.com, or by fax to Tonya Kreps, Contract Specialist, at (202) 874-7275]; the FMS' response to the questions/comments may be obtained from the Internet; 1/16/97 Solicitation no. RFP-FMS-97-0001 issued (ANOTHER SYNOPSIS WILL NOT BE ISSUED ANNOUNCING THE RFP RELEASE); Pre-proposal conference, if required, will be held approximately two weeks after RFP issuance; 3/06/97 Vendor proposals due. THE DATES NOTED IN THE TIME-LINE ARE ESTIMATED. ACTUAL DATES FOR THE PRE-PROPOSAL CONFERENCE (IF HELD) AND PROPOSAL SUBMISSION WILL BE PROVIDED IN RFP-FMS-97-0001. CITE: (I-338 SN008429) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O. Box 225, Stoneville, MS 38776-0225 SUBJECT: R-APPLICATOR AIRCRAFT AND PILOTS SOL 97-4431-003 DUE 020697 POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361 DESC: The U.S. Department of Agriculture requires applicator aircraft, complete with pilots, and ground personnel necessary to apply an insect virus two times over an area of ca. 25,000 acres located in a area ca. 2 miles Southeast of the intersection of highways 82 and 61, in Washington County, Mississippi. Each aircraft must have at least a 400 gallon capacity useful load and be capable of flying at least 120-140 MPH during application. Each aircraft must be equipped with micronairs and a flow meter to accurately spray a 50:50 mixture of vegetable crop oil and water at a rate of 1 quart per acre. Each acre treatment will consist of 1 pint crop oil, 12 oz. of water, and 4 oz. of virus formulation. Boom time is expect to be at least 90% of flight time. Each aircraft must be equipped with global positioning system with differential correction having accuracy within q10 feet of indicated position. Applicators and aircraft must have valid licenses for operation. Each application will begin within the time period of 20 April and 10 May, 1997, and each application must be completed within 5 days, except due to unforseen weather complications. Supplier will supply fuel, storage tanks for crop oil, and ground personnel. The GPS coordinates of the area to be treated will be provided. An IFB will be issued on or about January 7, 1997. All requests for bid package must be submitted in writing or faxed to (601) 686-5373. CITE: (I-338 SN008485) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: U.S. Department of the Interior, Interior Service Center, Acquisition Services, 1849 C Street, NW., Room 1324, Washington, DC 20240 SUBJECT: R--ELECTRONIC INFORMATION RETRIEVAL SERVICES DUE 101696 POC Robyn D. Ball, Contracting Officer, (202) 208-6722. DESC: The U.S. Department of the Interior intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with West Publishing/West Services, Inc. For the continued use and access of their data base. This subscription is for an online fully-interactive legal research services consisting of legal and legal-related information including such items as judicial opinions, statutes, regulations, and other information. Information includes specialized editorial enhancements made by West. The period of performance for this service shall be from award through September 30, 1997. All responsible sources may respond. Written responses should include prices and technical data sufficient to determine capability. No telephone calls will be accepted. No award will be made on the basis of any responses to this notice. No solicitation document exists. (See Numbered Note 22). CITE: (M-338 SN008268) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: U.S. Department of the Interior, Interior Service Center, Acquisition Services, 1849 C Street, NW, Room 1324, Washington, D.C. 20240 SUBJECT: R--ELECTRONIC INFORMATION RETRIEVAL SERVICES DUE 101696 POC Robyn D. Ball, Contracting Officer, (202) 208-6722. DESC: The U.S. Department of the Interior intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with Mead Data Central for continued use and access of their database by the U.S. Department of the Interior, Washington, DC. This subscription is for online access to LEXIS/NEXIS and related services which contain an extensive array of database with nearly 60 million documents and offer a full range of legal, legislative, regulatory, company and financial, medical, news and current affairs information. The LEXIS service includes access to case laws, administrative decisions, statutes, regulations, law review, speciality publications and more. A comprehensive set of specialized libraries cover more than 30 areas of federal and state practice. In addition, the service houses international law libraries for the United Kingdom and the Commonwealth and France. Libraries and publications in NEXIS service are global in scope and cover a variety of topics including business, government, finance, politics, technology, and general news. Three new libraries are dedicated to federal and state legislation, and to federal executive and campaign materials. Full-text and abstracted medical information are housed in MEDIS. The Financial Information services include company and financial information on public and private corporations throughout the world. Services will be continued through September 30, 1997. All responsible sources may respond. Written responses should include prices and technical data sufficient to determine capability. No telephone calls will be accepted. No award will be made on the basis of any responses to this notice. No solicitation document exists. (See Numbered Note 22). CITE: (M-338 SN008343) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, PO Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: S--DAY USE CASHIER SERVICES AT SAYLORVILLE LAKE, POLK COUNTY, IOWA SOL DACW25-97-Q-0039 DUE 011697 POC Contact Janet Hancks (309)794-5443/Contracting Officer Rosanne Spencer (309)794-5239 DESC: This project consists of Day Use Cashier Services at Saylorville Lake, Polk County Iowa for the period February 15, 1997 thru February 14, 1998 with One Option Year--Site visit date will be stated in the Request for Quote. The SIC code for this solicitation is 7033. See Note 1. CITE: (I-337 SN007870) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Fleet & Industrial Supply Center, Contracting Department, Bldg. 110, P. O. Box 97, NAS Jacksonville, Florida 32212 SUBJECT: S--LAUNDRY SERVICES SOL N68836-97-R-0003 DUE 020297 POC Contact Carolyn F. King, Code 210.52 (904) 779-3050 or facsimile (904) 779-3061 DESC: The Government requires a firm fixed unit price requirements contract for pick-up, laundering, drying, folding/pressing and returning of government owned laundry items. The laundry items consist of towels, wash cloths, bath mats, mattress pads, blankets, bedspreads, single and double sheets, pillow cases and pillows. Pick-up points will be the Bachelor Officers Quarters and Bachelor Enlisted Quarters at the Naval Air Station Jacksonville, Florida. Schedule of pick-up and returning cleaned items shall be as specified in the Statement of Work. The period of performance of performance will be for a base period of six months and one option year. This requirement will be set aside 100% for small business. The Standard Industrial Classification (SIC) code for this procurement is 7219 with a size standard of $5.0 million. All responsible sources may submit an offer. No telephone requests for the solicitation package will be accepted. Requests for copies of the solicitation may be made by facsimile number (904) 779-3061, to the attention of Carolyn F. King, Code 210.52. CITE: (I-337 SN007875) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO, CA 92161 SUBJECT: S -- SUPPLEMENTAL GROUNDS AND BUILDING MAINTENANCE SOL IFB 664-090-96:BN DUE 012297 POC Bruce Nolan, Contracting Officer (619) 552-7406 DESC: The VA San Healthcare System, San Diego, CA has a requirement for supplemental grounds and building maintenance. The successful bidder will provide two supervised work teams (exterior and interior services) of a minimum of 10 people each and shall work an eight (8) hour shift each Saturday between the hours of 7:00am and 3:30pm. Contractor shall provide the following exterior services on a weekly basis: Weed Abatement Program for all medical center grounds, remove debris and broom sweep (or use blower) on all parking lot areas; remove debris from gunite slopes; sweep and mop outside main entrance, bus stop and Emergency Room entrance; sweep curbs; wash trash and linen carts; scrub B194 (Cold Storage Room for "red bag" medical waste) by hand; clean bicycle racks/lockers in front of building. Contractor shall provide the following interior services on a weekly basis: All Stairwells - Damp dust handrails, broom sweep debris, mop floor, and spot clean walls if needed; Patios (Qty 3): Broom sweep debris, mop floors & water plants; Smoking Areas (Qty 3): Broom sweep debris, and mop floors. All Balconies (Inner and Outer - all floors) - Broom sweep debris and spot mop floors. Additional tasks shall be performed as needed or at the direction of the Grounds Supervisor or his designee and may include the following: remove debris on west bank, spread wood chips, wash exterior rugs, wash walls in loading dock areas, paint safety lines (supplies to be provided by VAMC), trim ivy and ice plant, make circles around trees (trimming and spading), trim and clean SCI patio front and back areas, prune hedges, minor tree trimming, repair or remove signs, dig trenches for irrigation, assist with laying PVC pipe (supplies to be provided by VAMC), dig out areas for PVC pipe to be repaired (supplies to be provided by VAMC), paint irrigation boxes (supplies to be provided by VAMC), remove discarded furniture from loading docks, dig holes for trees and other plants and shrubs, transplant trees and other plants, transport non regulated medical waste to compactor or to rolloff. This service is not a commercial item. The resulting contract will be for a period of a base year and four option years. Approximate issue date is December 18, 1996. Requests for the solicitation must be received by January 2, 1997. Requests must be in writing, reference IFB 664-090-97:BN, and, and include the requester's name, company name, address, telephone number, and FAX number. Requests for the solicitation may be faxed to (619) 552-7483. CITE: (I-338 SN008113) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Army, New England Division, Corps of Engineers, 424 Trapelo Road, Waltham, Massachusetts 02254-9149 SUBJECT: S--GROUNDS MAINTENANCE SERVICES SOL DACW33-97-Q-0021 DUE 012097 POC Julie Mackley, Contract Specialist, 617-647-8413 DESC: Furnish all labor, equipment and materials necessary to perform Grounds and Maintenance Services, Thomaston Dam, Black Rock Lake, and Northfield Brook Lake, Thomaston, Connecticut. Services shall be performed between April 1, 1997 and November 30, 1997, with options for two additional recreation seasons. Specifications available on or about 122096 at no charge. The proposed contract listed here is a 100% small business set-aside. The avarage annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00. All responsible sources may submit a bid which will be considered by the New England Division. EMAIL Julie.E.Mackley@USACE.Army.Mil EMAILDESC: CITE: (W-338 SN008209) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Army, New England Division, Corps of Engineers, 424 Trapelo Road, Waltham, Massachusetts 02254-9149 SUBJECT: S--GROUNDS MAINTENANCE SERVICES SOL DACW33-97-Q-0021 DUE 012097 POC Julie Mackley, Contract Specialist, 617-647-8413 DESC: Furnish all labor, equipment and materials necessary to perform Grounds and Maintenance Services, Thomaston Dam, Black Rock Lake, and Northfield Brook Lake, Thomaston, Connecticut. Services shall be performed between April 1, 1997 and November 30, 1997, with options for two additional recreation seasons. Specifications available on or about 122096 at no charge. The proposed contract listed here is a 100% small business set-aside. The avarage annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00. All responsible sources may submit a bid which will be considered by the New England Division. EMAIL Julie.E.Mackley@USACE.Army.Mil EMAILDESC: CITE: (W-338 SN008210) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: S--SECURITY AND PATROL SERVICES, KASKASKIA LOCK AND DAM, MODOC, ILLINOIS SOL DACW43-97-B-0203 DUE 012897 POC Contract Specialist BARBARA J. JARMAN (314) 331-8514 FAX (314) 331-8746 Contracting Officer T. M. LAWS (314) 331-8500 (Site Code DACW43) DESC: Contract period is 1 May 1997 (or one year from date of award, whichever is later) through a one year period with the Government's option to renew for four additional one-year periods. Solicitation will be available 30 December 1996. See Note 1. To qalify as a small business concern under this solicitation, the size standard is a concern and its affiliates having average annual receipts for the preceding three years not in excess of $6,000,000.00. All responsible sources may submit a bid for consideraion by the agency. CITE: (I-338 SN008224) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Army, New England Division, Corps of Engineers, 424 Trapelo Road, Waltham, Massachusetts 02254-9149 SUBJECT: S--GROUNDS MAINTENANCE SERVICES SOL DACW33-97-Q-0019 DUE 012097 POC Julie Mackley, 617-647-8413 DESC: Furnish all labor, equipment and materials necessary to perform Groungs and Recreation Facilities Mainterance Services, Barre Falls Dam, Hubbardson, Massachusetts. Services shall be performed between April 1, 1997 and November 30, 1997, with options for two additional recreation seasons. Specifications available on or about 122096 at no charge. The proposed contract listed here is a 100% small Business set-aside. The average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00. All responsible sources may submit a bid which will be considered by the New England Division. EMAIL Julie.E.Mackley@USACE.ARMY.Mil EMAILDESC: CITE: (W-338 SN008252) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Army, New England Division, Corps of Engineers, 424 Trapelo Road, Waltham, Massachusetts 02254-9149 SUBJECT: S--GROUNDS MAINTENANCE SERVICES SOL DACW33-97-Q-0020 DUE 020697 POC Julie Mackley, 617-647-8413 DESC: Furnish all Labor, equipment and Materials necessary to perform Grounds and Recreation Facilities Maintenance Services, West Thompson Lake, North Gosvenordale, Connecticut. Services shall be performed between April 1, 1997 and November 30, 1997, with options for two additional recreation seasons. Specifications available on or about 010697 at no charge. The proposed contract listed here is a 100% small business set-aside. The average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00. All responsible sources may submit a bid which will be considered by the New England Division. EMAIL Julie.E.Mackley@USACE.Army.Mil EMAILDESC: CITE: (W-338 SN008266) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, TX 75247 SUBJECT: S--UNARMED GUARD SERVICES, EL PASO, TEXAS SOL ACD-97-P-0003 DUE 022897 POC Cheryl A. Aldridge, Contract Specialist, (214) 767-7170. DESC: THIS REQUIREMENT IS SET ASIDE FOR CONTRACTORS PARTICIPATING IN THE SMALL BUSINESS ADMINISTRATION'S 8(a) PROGRAM. The Immigration and Naturalization Service has a requirement for unarmed guard services for undocumented aliens who are being detained pursuant to violations of the Immigration Laws of the U.S. The successful contractor shall provide all necessary management, labor, supervision, equipment, and material in order to provide the required services for the detainees. Services will be required 24 hours a day, seven days a week for both male and female detainees. Many of the aliens being detained may have substantial and varied criminals histories. The services are to be performed at the government owned, government operated Service Processing Center located in El Paso, Texas. The successful contractor must be licensed by the State of Texas to provide the services. As a result of this solicitation, it is intended to award a requirements contract for an initial period of one (1) year with four (4)-one year option periods, which if exercised, could extend the performance period to a total of five (5) years. All acceptable offers received will be evaluated based upon technical proposals and the total costs for the initial one (1) year period plus the four (4) option periods. The offer due date 2/28/97 is approximate and will depend on the date of issuance of the solicitation. All requests for this solicitation must be submitted in writing. CITE: (M-338 SN008342) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Cibola National Forest, 2113 Osuna Road NE #A, Albuquerque, NM 87113 SUBJECT: S -- SNOWPLOWING SOL RFQ R3-03-97-05 DUE 011097 POC Kelly Koeppe, Procurement Technician (505) 761-4650 Greg A. Martinez, Contracting Officer (505) 761-4650. DESC: Snowplowing of parking facilities within the fee demo project area along the Sandia Crest National Scenic Byway. Project is located on the Sandia Ranger District. This solicitation is being issued under simplified acquisition procedures (Request for Quotations). CITE: (I-338 SN008382) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Imagery and Mapping Agency/PCO-W/L-13, 3200 South Second Street, St. Louis MO 63118-3399 SUBJECT: T -- LITHOGRAPHIC PLATE PRESS AND FININSHING SERVICES SOL NMA302-97-Q-0005 DUE 010897 POC Holly M. Roberts, Contract Specialist or Antoinette R. Hamel, Contracting Officer DESC: This notice is directed to Basic Ordering Agreement (BOA) holders under Solicitation DMA800-93-R-5211. The National Imagery and Mapping Agency (NIMA) requires lithographic plate, press and/or finishing services for approximately 50-100 maps/charts. Request for proposals containing a list of map/chart products to be printed will be provided to all BOA holders on 6 January 1997. Offers must be received no later than 12 PM local time 8 January 1997 at the National Imagery and Mapping Agency/PCO-W/L-13, 3200 South Second Street, St. Louis MO 63118-3399. Facsimile proposals are authorized. Fax number is 314-260-1221. No Foreign Nationals are allowed to participate on GGIS products. Requests for the solicitation may be addressed to the Contracting Officer. CITE: (I-338 SN008386) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Imagery and Mapping Agency/PCO-W/L-13, 3200 South Second Street, St. Louis MO 63118-3399 SUBJECT: T -- LITHOGRAPHIC PLATE PRESS AND FININSHING SERVICES SOL NMA302-97-Q-0006 DUE 012397 POC Holly M. Roberts, Contract Specialist or Antoinette R. Hamel, Contracting Officer DESC: This notice is directed to Basic Ordering Agreement (BOA) holders under Solicitation DMA800-93-R-5211. The National Imagery and Mapping Agency (NIMA) requires lithographic plate, press and/or finishing services for approximately 50-100 maps/charts. Request for proposals containing a list of map/chart products to be printed will be provided to all BOA holders on 21 January 1997. Offers must be received no later than 12 PM local time 23 January 1997 at the National Imagery and Mapping Agency/PCO-W/L-13, 3200 South Second Street, St. Louis MO 63118-3399. Facsimile proposals are authorized. Fax number is 314-260-1221. No Foreign Nationals are allowed to participate on GGIS products. Requests for the solicitation may be addressed to the Contracting Officer. CITE: (I-338 SN008388) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Cancer Institute, Research Contracts Branch, Office of the Chief, 6120 Executive Blvd., EPS/608, Bethesda, Maryland 20892-7222 SUBJECT: T -- WHAT ARE CLINICAL TRIALS ALL ABOUT? SOL NCI-CO-76205-71 DUE 012496 POC Diane Stalder, Procurement Technician, 301/496-8628. DESC: Title: "What Are Clinical Trials All About". 36 page book with separate four page wrap-around cover. Single award for a fixed-price contract. Reference GPO publication 310.1 for attribute requirements. Quantity, 500,000 copies and the films used in the production of printing. Trim size, 5-3/8" x 8-3/8" saddle wire stitch binding along the 8-3/8" dimension. Proofs (2 Sets), Provide laminated color proofs(for the entire publication), made only from films, stripped to show the full press sheet imposition, (indicating guide, gripper and ruled-up for all the bindery trim-outs of each form) plus dylux proofs with all elements in proper position, folded and trimmed to the final size. NCI, Office of Cancer Communications shall retain a complete proof set. Paper, Covers- 65 lb. white #1 matte finish cover, minimum brightness of 87. Text- 80 lb. white #1 matte finish text, minimum brightness of 87. Inks, PMS 165 (Orange), PMS 313 (Blue) and Black Ink. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates as follows: Heat-set litho/10%, sheet-fed litho/20%, forms 20%. Coating, Overall satin finish aqueous coat (or dull varnish) outside covers 1-4 only. Margins, Bleeds follow trim marks on furnished camera copy. All responsible sources may submit a bid which shall be considered by the agency. No collect calls will be accepted See Numbered Note(s): 1. CITE: (I-338 SN008440) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--MAGNESIUM PRINTING PLATES SOL Program A15-S DUE 020397 POC Larry Hannigan, Contracting Officer, Sandra MacAfee, (202) 512-0319. DESC: Single award term contract for period 040197 to 033198 for GPO procurement. 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. ``Magnesium Plates''. Anticipate up to 90 orders per year for one to ten plates per order. Maximum size of plate 305 x 483 mm (12 x 19"), minimum size 13 x 13 mm (1/2 x 1/2"). Bid request on firm's letterhead. CITE: (M-338 SN008464) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 C663-S DUE 021997 POC Shirley Woodruff, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 from Department of Commerce. 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. Requirement is for pressure sensitive decals, vinyl portfolios with zipper, binders with multi-rings, and kit folders (folded and unfolded). Approx. 4 to 10 orders per year per item. Quantities, sizes, and colors varies. Operations include film making, screen printing, die-cutting, binding, packing, and distribution. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-338 SN008465) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 C721-S DUE 022097 POC Stuart Friedman, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Federal Election Commission. Production area, 120-kilometer (75-mile) radius of zero milestone, Washington, DC. Pamphlets. Approx. 13 orders per year for 13,000 to 16,000 copies per order of 8 to 24 pages. Size 216 x 279 mm (8-1/2 x 11"). Operations include copy pickup, films, printing (1 color), binding, packing, mailing and delivery. 3 workday production schedule. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008466) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--BOOKS & PAMPHLETS SOL Program C724-S DUE 022097 POC Barbara Glover Henderson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for GAO. 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. Approx. 12 orders per year for approx. 2,500 copies of 60 to 160 pages. Size 6 x 9". Text in black ink, cover in PMS 187. Operations include saddle stitch or Perfect bound and deliver f.o.b. destination to three addresses in the commercial zone of Washington, DC. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008467) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--NEWSLETTER PRINTING SOL Program C740-S DUE 022197 POC Greg Hamlet, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for HHS. Production area, assumed 75-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Rockville, MD. President's Council on Physical Fitness and Sports, Newsletter. Approx. 6 issues per year for 19,000 to 21,000 copies of 4, 8, or 12 pages. 8 x 10-1/2''. Black ink. Operations include hot metal or photocomposition, fold, trim, saddle stitch, f.o.b. destination to approx. four addresses within the commercial zone of Washington, DC and mail f.o.b. contractor's city. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008468) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 B586-S DUE 021497 POC Linda Byrd, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of DPS. 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 Arlington, VA. Car Notes Newsletter. 9 issues per year for 25,000 to 30,000 copies of 4 and 8 pages. Size 216x279 mm (8-1/2x11"). Two colors of ink. Operations include film making, printing, binding, drilling, packing and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008469) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 B591-S DUE 021496 POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Commerce/NOAA. 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. Quarterly, 4 orders per year for 5,000 to 6,000 copies of 12 to 16 pages per order. Trim size 216 x 279 mm (8-1/2 x 11"). Black ink, and an exact match of PMS 313 Blue. Operations include film making, printing, binding, packing, and distribution. Deliver f.o.b. destination to Washington, DC. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008470) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 & BOOK PRINTING SOL B606-S DUE 021897 POC Karen Johnson, Contracting Officer, David M. Thomas, (202) 512-2044 DESC: Single award term contract (in each of 2 categories) for period 040197 to 033198 for NRC. 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 Bethesda, MD. Approx. 125 orders in each category. Approx. 100 to 6,000 copies per order and an occasional order for up to 12,000 copies of 8 to 1,000 pages plus covers. Fold-ins and die cut tab dividers. 216 x 279 mm (8-1/2 x 11"). Black ink and/or additional ink colors for separate cover. Operations include saddle stitch, Perfect bind, band, looseleaf, drill, fold, trim inset and delivery. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008471) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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-338 SN008472) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 C681-S DUE 021997 POC Gloria Robertson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Interior. Copy will be sent to contractor. ``Compact Optical Discs--Read Only Memory''. Approx. 25 to 50 orders per year, with approx. 100 to 1,800 replications per order. Front insert: trim size is 120.5 mm x 119.5 mm. Back Inlay: trim size is 150 mm (includes 6 mm folds on each size for the spines) x 119.5 mm. Operations include the production of CD-ROM Masters from Government furnished premastered magnetic tapes or compact discs, Printing of front inserts and back inlays for jewel-box case, packing, distribution, f.o.b. destination to up to three addresses in the Washington, DC area and up to two addresses in the Denver, CO area. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008492) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 SOL Program C720-S DUE 022097 POC Dorothy Williams, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for NASA. Production area, Nationwide. Furnished material pickup in Washington, DC. Marginally punched continuous forms. Four orders per year for 50,000 to 200,000 forms per order. Forms print face only or face and back in black ink and a Pantone color ink. Trim size 7 x 4" and 8-1/2 x 3-1/4". Deliver f.o.b. destination. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-338 SN008493) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 B582-S DUE 021497 POC Beverly Latson, Contracting Officer, David M. Thomas, (202) 512-2044 DESC: Single award term contract for period 040197 to 033198 for HHS/HCFA. 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. 1,500 to 2,000 copies of 4 pages. Trim size 432 x 279 mm (17 x 11") folded to 279 x 216 mm (8-1/2 x 11"), 6-pages product, 648 x 279 mm (25-1/2 x 11 flat folded to 216 x 279 mm (8-1/2 x 11") and 8-page product 216 x 279 mm (8-1/2 x 11''). Printing head-to-head in pantone 287 blue and pantone 185 red. Operation include film making, printing, binding, packing, mailing and distribution. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008494) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--BOOK PRINTING SOL Program B620-S DUE 021897 POC Linda Byrd, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for DOT. Production area, 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 McLean, VA. Public Roads--A Journal of Highway Research and Development. 4 issues plus one single leaf (flysheet) a year for approx. 6,000 to 7,500 copies per issue for 48 to 68 pages. 216 x 279 mm (8-1/2 x 11"). One, two color and four color process. Operations include saddle stitch and extensive mailing, labels provided. Contractor furnish paper. Quality attributes level II. Bid request on firm's letterhead. CITE: (M-338 SN008495) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--STAMPING SOL Program B657-S DUE 021997 POC Mary Newton, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for VA. 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. Presidential Memorial Certificates. Approx. 37 orders per year for approx. 10,000 to 16,000 copies per order. Trim sizes 216 x 279 mm (8-1/2 x 11"). Operations include film making, printing, gold embossing, inserting and mailing. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008496) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--PAMPHLETS, LEAFLETS & POSTERS SOL Program B754-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 Veteran Affairs. Production area, 100-km (62-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Pamphlets: Approx. 25 orders per year for 200 to 1,000 of approx. 40 to 80 pages per order. Trim size 279 x 216 mm (11 x 8-1/2"). Black ink and 1 or 2 Pantone colors. Leaflets: approx. 4 orders per year for approx. 2,000 to 750,000 copies of 2 pages. Trim size 305 x 229 mm (12 x 9"). Posters: Approx. 10 orders, printing face only and face and back, approx. 1,000 to 10,000 copies, 1 to 3 Pantone colors. Operations include composition, film making, printing, binding, packing and distribution. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008497) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 (PRESERVATION TECH NOTES) SOL Program B781-S DUE 022197 POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for National Park Service. 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. Approx. 4 to 6 orders and 1 to 3 reprints per year for page products, plus fold-ins. Size 216 x 279 mm (8-1/2 x 11"). Operations include film making, 2 color printing, binding, drilling, packing and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-338 SN008498) [Commerce Business Daily: Posted December 02, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 49th Contracting Squadron/LGCC, P O Drawer S, Holloman AFB NM 88330-1601 SUBJECT: U - - PROVIDE SERVICES FOR THE OPERATION OF THE BASE LIBRARY SOL F29651-97-R0006 DUE 020197 POC Contact Daniel Acosta, 505/475-5299/Contracting Officer, Patricia Jarvis 505/475-3993 DESC: Project Title: Library Services, Solicitation F29651-97-R0006, The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to perform general library services. Contractor tasks include but are not limited to, the following: Administration, Circulation, Education Support, Mission Support, Marketing, Public Relations, and Programming, Reference, Customer and Staff Training, Acquisitions, Automation, Cataloging, Technical Processing and Collection Management. Performance Period anticipated to begin on or about 01 Apr 97 through 30 Sep 97 for basic year with four (4) one (1) year options-- It is contemplated that a formal solicitation will be issued on or about 31 Dec 96 with a proposal opening date on or about 1 Feb 97 -- SIC Code is 8231 and size standard is $5.0 Million -- Firms who feel they can furnish the required service are invited to submit in writing an affirmative response to this announcement. If adequate interest is not received from at least two (2) or more small business concerns within 15 days of this notice, this solicitation will be issued on an unrestricted basis without further notice. Small business firms responding must also furnish adequate evidence of their capabilities to provide this service. Therefore, replies to this notice are requested from all business concerns as well as from small business concerns. This notice will be the Governments only notice of this acquisition. All responsible sources may submit a proposal which will be considered. Only written requests will be accepted.***** CITE: (W-337 SN007757) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services--Potential Sources Sought OFFADD: Peace Corps, Office of Contracts, 1990 K ST., N.W., Washington, D.C. 20526 SUBJECT: U--TRAINING SPECIALIST IN UKRAINE SOL PC-97-01 DUE 120396 POC Wilma Branchflower, Contracting Officer, (202) 606-3060 or Marialisa Miller, Program Training Coordinator for ECAM, (202) 606-3632 DESC: Peace Corps Ukraine is seeking a Training Specialist to work in Cherkasy, Ukraine from January 20, 1997 to September 12, 1997. The successful candidate will provide professional training guidance to staff and ensure component integration and delivery of training programs for Peace Corps trainees, volunteers and staff. Responsibilities will include: mentoring and training of permanent staff to assume primary responsibility of all trainings; provision of authoritative representation and professional gu idance to training staff; training coordination and creation of linkages between all training components; definition of measurement criteria and tools for technical training; and conducting training needs assessments. Other responsibilities will include: writing of reports reviewing all staff and Volunteer training; conducting performance reviews contract training staff; assisting the training staff in the delivery of workshops and training sessions; establishing forms of communication to ensure proper u nderstanding of roles and expectations; manage training logistics and changes in a timely, straightforward manner; and conduct staff development workshops for training staff. The Training Specialist will work in conjunction with the Programming and Training Specialist (PTS) and Programming and Training Unit staff to develop training strategies for Peace Corps/Ukraine. Desired qualifications include: demonstrated training skills and experience in the design, implementation and evaluation of community-based development programs; prior experience as a Pre-service Training Director and Technical Coordinator preferred (at least four Peace Corps contracts) or equivalent overseas trai ning experience; experience as a trainer of adults (five year minimum); degree in human resource development, MA in Education or BS in Business Administration; experience in living and working outside the U.S. preferably in the Eastern Central Europe Mideastern Region (two year minimum); and managerial experience with emphasis on counseling strategies, group dynamics and leadership skills training. Please submit application including resume and salary requirements to Wilma Branchflower, Contracting Officer, 1990 K St., N.W., Washington, D.C. 20526, no later than close of business December 30, 1996. Faxed applications will be accepted at (202) 606-3009 CITE: (I-338 SN008211) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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, 5611 Columbia Pike, Falls Church, VA 22041-5050 SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION (D-97-06) SOL N/A DUE 122096 POC Mr. Jeffrey Schott (703) 681-6103 DESC: Freight All Kinds, (DOD Unique Code 999929), weighing between 1 to 150 pounds for routine small package ground traffic moving from vendor facilities located in Savage, MD and Nashville, TN to all points in the Contiguous United States (CONUS). For a copy of this solicitation and accompanying diskette, contact Mr. Jeffrey Schott at the above address, or Fax (703) 681-8388. CITE: (I-337 SN007872) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Headquarters, Military Traffic Management Command, MTTM-D, Room 117, 5611 Columbia Pike, Falls Church, VA 22041-5050 SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION (D-97-12-SH) SOL N/A DUE 011597 POC Ms. Shirley Hanson (703) 681-6554 DESC: Freight All Kinds, DOD Unique Code 999916, crated household goods and unaccompanied baggage (DPM Shipments) (DOD Unique Code 999906), and internal combustion engines (DOD Unique Code 999901 and 999902) moving from Defense Distribution Depot Norfolk, VA (DDNV) and Various Points in the Tidewater Virginia Area to CONUS. Approximate weight is 75,386,946 lbs. Type of equipment required is vans, flatbeds, and air ride. Traffic begins March 1, 1997 and ends February 28, 1 999. For a copy of this solicitation, contact Ms. Shirley Hanson, at the above address, or FAX (703) 681-8388. CITE: (I-337 SN007873) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Headquarters, Military Traffic Management Command, MTTM-D, Room 117, 5611 Columbia Pike, Falls Church, VA 22041-5050 SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION (D-97-13-SCB) SOL N/A DUE 012297 POC Ms. Sterletta Browne (703) 681-6103 DESC: Freight All Kinds, DOD Unique Codes 999916 and 999922, and wheeled vehicles DOD Unique Codes 999908 and 999909 moving from Defense Distribution Depot Tobyhanna, PA (DDTP) to CONUS. Approximate weight is 15,287,000 lbs. Type of equip ment required are vans, flatbed, lowboy and dropframe. Traffic begins March 6, 1997 and ends March 5, 1999. For a copy of this solicitation, contact Ms. Sterletta Browne, at the above address, or FAX (703) 681-8388. CITE: (I-337 SN007874) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Contracting Officer, Military Sealift Command, Code N102B, Naval Station Washington, DC 20398 SUBJECT: V--HARBOR TUG SERVICES FOR KINGSBAY GA SOL N00033-97-R-7003 DUE 021097 POC POC - Achille Broennimann at 202-685-5966 (fax) or Achille.Broennimann@SMTPGW.msc.navy.mil DESC: The US Navy requests the provision of US flag tug services at Kings Bay, GA on a time charter basis. Tugs shall be configured so as to work with TRIDENT submarines. Solicitation type will be MSC TUGTIME 90 (revision 01/97). All interested parties shall submit requests for the solicitation via fax or e-mail. LINKURL: http://www.msc.navy.mil LINKDESC: EMAILADD: achille.broennimann@SMTPGW.msc.navy.mil EMAILDESC: CITE: (D-338 SN008250) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: General Services Administration, Transportation Management Branch (9FBT-1), 450 Golden Gate Avenue, 4th Floor, San Francisco, California 94102 SUBJECT: V--HOTEL/MOTEL PROGRAM SOL 9FBT-1 DUE 011597 POC Millie Castaneda (415) 522-2840. DESC: The General Services Administration (GSA) announces the expansion of the ``Best Available Lodging Value (BALV)'' program. GSA intends to solicit lodging agreements from properties within a designated location. The selection of participating properties will be based on the ``best value'' (i.e. location, price and amenities) for the federal traveler. This is Phase III of the BALV Hotel Program and will cover the following locations, effective January 1997: Alaska--City of Anchorage; Alabama--Cities of Huntsville and Montgomery; Arizona--City of Sierra Vista; California--Cities of Sacramento and Monterey; Colorado--Cities of Aurora and Colorado Springs; Florida--Cities of Jacksonville, Miami and Tampa; Georgia--City of Savannah; Illinois--City of Bloomington; Indiana--City of Indianapolis; Maryland--Cities of Clinton, Columbia and Rockville; Massachusetts--City of Boston; Mississippi--City of Biloxi; Missouri--City of Kansas City; Nevada--City of Reno; New York--City of Albany; North Carolina--City of Charlotte; Ohio--City of Columbus; Oregon--City of Portland; Pennsylvania--City of Lancaster; South Carolina--City of Charleston; Tennessee--Cities of Memphis and Nashville; Texas--Cities of Austin, El Paso and Killeen; Utah--City of Salt Lake City; Virginia--Cities of Hampton, Harrisburg, Richmond, Springfield, Vienna and Virginia Beach. Participating properties must be in compliance with the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) and provide assigned FEMA National Master List number. Lodging Establishments interested in participating must write to: GSA, Federal Supply Service Transportation Management Branch (9FBT-1), 450 Golden Gate Avenue, 4th Floor West, San Francisco, CA 94102, FAX: (415) 522-2815, e-mail address: balv.program@gsa.gov. CITE: (M-338 SN008269) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: AFDTC/PKO, 205 West D Ave, Suite 541 Eglin AFB, FL SUBJECT: W -- RENTAL OF A 140 TON OR HIGHER CAPACITY CONSTRUCTION CRANE AND OPERATOR FOR SITE C-72, EGLIN AFB, FL SOL F08651-97-Q-1095 DUE 121996 POC James A. Thomas, Contract Specialist (Intern), (904)-882-3519 x 5235 Megan k. Monaghan, Contracting Officer, (904)-882-3519 x 5231. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The Air Force Development Test Center (AFDTC), Eglin AFB FL, intends to award a contract for rental of a 140 ton or higher capacity construction crane and the services of the crane's operator. The solicitation number for this announcement is F08651-97-Q-1095 and is issued as a Request for Quote (RFQ). Work will consist of erection of targets composed of 20 ft x 20 ft x 1 meter and 2 ft x 2 ft x 1ft concrete blocks. Work may begin on 11 Jan 97, however this date is subject to change due to mission requirements. Performance period for this construction will be 10 days, and may require weekend work. A period of approximately two weeks will be required for testing, and upon completion of the test the target must be disassembled. The period allowed for disassembly will be 20 days. Vendors will be required to submit a cost estimate on two different options of construction, and cost of disassembly. A cost estimate is also required for the approximately two week period of testing, to include post construction teardown and commencement costs for disassembly. If contractor desires, the crane may be left on the Eglin AFB Reservation during the two week testing phase, however a cost estimate must be given for this option, if used. The government will provide a 35 ft long by 13.5 ft wide trailer with a bed height of 5 ft 10 inches, 230 ton capacity, and an Oshkosh tractor and driver, if necessary, to transport the concrete blocks. It is impracticable to distribute the applicable Statement of Work (SOW) with this combined synopsis/solicitation. Requests for SOW sets may be sent to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862, or contact James A. Thomas, at 904-882-3519 ext 5235. For those companies with facsimile capability, requests for SOW sets will be accepted at fax number (904) 882-9441, Attn: AFDTC/PKOV. The Standard Industrial Classification Code (SIC Code) for this acquisition is 1629 ($17 million). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. The following FAR clauses apply to this synopsis/solicitation: 52.212-1, Instructions to Offerors-Commercial, 52-212-2, Evaluation-Commercial Items (Evaluation will be based solely on price), 52.212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a completed copy of the Representations and Certifications with their offer), 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions-Commercial Items. The following clauses are also incorporated by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.247-64, and 52.249-4. This synopsis/solicitation is urgent and compelling and bids must be submitted no later than 4:00 P.M. CST on 19 Dec 1996. Bid format is at the discretion of the offerors, however a completed copy of the Representations and Certifications must be submitted with the bid. Bids may be mailed or faxed to the address or fax number given above. ITEM DESCRIPTION LINE ITEM 1: CRANE AND CRANE OPERATOR, CRANE THAT IS EQUAL TO OR EXCEEDS 140 TON CAPACITY. START DATE: 11 JAN 97. WORK TO BE DONE: PLACEMENT OF HEAVY CONCRETE ITEMS TO BUILD A PROJECT TARGET, ONE EACH JOB, TO INCLUDE TWO OPTIONS AND CRANE DISPOSITION DURING TESTING. LINE ITEM 2: WEEKEND PREMIUM WORK RATE, ONE EACH JOB. CITE: (I-338 SN008441) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Department of the Treasury (DY), U. S. Secret Service, Procurement Division, 1310 L Street, N.W., Suite 730, Washington, D.C. 20223 SUBJECT: W--LEASE OF CONCRETE BARRIERS SOL N/A DUE 122096 POC Contact: Contract Specialist, Renea Morton, 202/435-6940; FAX No. 202/435-7138 DESC: The U. S. Secret Service requires the lease of approx. 225, twelve (12) foot long, temporary, J-J Hook, concrete barriers. Prospective contractor shall provide all the necessary labor, supplies and equipment for the installation and removal of barriers to include, at a minimum, drivers, backup drivers, crane operators, a standby mechanic, trucks, lifting equipment with a reach of 40 feet minimum. Barriers must be delivered not later than 4:00 A.M. on 1/20/97. Offerors must be able to provide all barriers at one time; FOB Destination. Additional specs will be provided in SOW. Offeror must be located within 70 miles of the Washington, D.C. Metropolitan area. Also, offeror must provide information detailing past performance in providing similar or like services at time of proposal submission. RFQ to be issued on or about December 20, 1996; responses will be due NLT December 30, 1996 CITE: (I-338 SN008484) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Federal Aviation Administration, Mike Monroney Aeronautical Center, Aviation Acquisition Contracting Team, AMQ-410, P.O. Box 25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929 SUBJECT: W -- AIRCRAFT LEASE AND MAINTENANCE SOL DTFA-02-97-R-90526 DUE 121396 POC Joe Smith, Contracting Officer, PH: (405) 954-7791 DESC: The Federal Aviation Administration, 6500 South MacArthur Blvd, Oklahoma City, Oklahoma, has a requirement for contractor servies to provide and maintain aircraft on a "non-exclusive use" basis to support the Operations Branch training program. The contractor will be required to (1) locate, provide, and deliver required aircraft; (2) ensure that the aircraft delivered meets the training requirements of the branch; and (3) provide maintenance by maintaining certified mechanics, parts, and line service for all aircraft supplied, while ensuring continued airworthiness and availability of the required aircraft. The required aircraft will be limited to small reciprocating powered single and multiengine aircraft under 12,500 pounds maximum certificated takeoff weight (MCTOW), turboprop powered aircraft under 20,000 pounds MCTOW and turbojet powered aircraft under 35,000 pounds MCTOW. The Standard Industrial Classification (SIC) Code is 7359. A request for copies of the solicitation may be requested by for copies of the solicitation may be requested by facsimile (405) 954-3030. CITE: (I-338 SN008506) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U.S. Postal Service, Denver FSO, 8055 E. Tufts Ave., #400 Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED-HUMBOLDT AZ 86329-9998 SOL 072976-97-A-0040 DUE 123096 POC Steven J. Stollman, Project Manager, (303) 220-6527. DESC: Correction: This action originally published in CBD dated November 1, 1996. Please correct Solicitation number from field 9 and also the due date Field 10. All other information publicized in the original synopsis is correct. CITE: (I-338 SN008403) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Agriculture, Agricultural Research Service, 6303 Ivy Lane, Room 616, Greenbelt, Maryland 20770 SUBJECT: Y--RENOVATE GREENHOUSES 222 AND 223, CONSTRUCT GREENHOUSES N-03A AND N-03B, AT THE SUBTROPICAL AGRICULTURAL RESEARCH LABORATORY, WESLACO, TEXAS SOL 8241-3K15-97 DUE 012997 POC Contracting Officer, Mike Thompson, 301-344-0298 DESC: Pre-solicitation Notice - It is the intent of the U.S. Department of Agriculture, Agricultural Research Service, to have the successful contractor perform demolition, site work, construction of greenhouse structures; and installing related electrical, plumbing, heating, ventilation, and air conditioning systems for research greenhouses at the Subtropical Agricultural Research Laboratory, Weslaco, Texas. Work for Greenhouse 223 shall include a new structure, glazing, and related electrical, plumbing, heating , ventilation, and air conditioning systems for a 1,200 square foot greenhouse to be installed on an existing concrete floor and knee wall system. Work for Greenhouse 222 shall include reusing the existing structure, floor and knee wall; installing a new glazing system; and installing related electrical, plumbing, heating, ventilation, and air conditioning systems for the 1,600 square foot greenhouse. Greenhouses N-03A and N-03B shall be new 1,600 square foot units, including related site work, concrete floors, knee walls, structures and required utility systems. The estimated cost of construction is between $650,000 and $750,000. Solicitation packages will be available for distribution on or about December 31, 1996. The bid documents will be provided, at no cost to prospective bidders, by Marmon Mok, One Riverwalk Place, Suite 1600, 700 North St. Mary's, San Antonio, Texas 78205. The point of contact is German Valdes, he can be reached on 210-223-9492. A pre-bid conference will be scheduled on or about January 14, 1997. Bids will be opened on or about January 29, 1997. All responsible sources may submit an offer which shall be considered by the Agency. CITE: (I-337 SN007871) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US POSTAL SERVICE, KC Facilities Service Office, 6800 W 64th St Ste 100, Overland Park KS 66202-4179 SUBJECT: Y -- NEW CONSTRUCTION LEASED AT ROGERS, MINNESOTA 55374-9998 SOL 193045-97-A-0009 DUE 123096 POC Karen Delamore, 913/831-1855, Ext. 469 for leasing questions; Chip Lindeke, 612/224-4831, Ext. 3025 for design questions; John Luttig, 913/831-1855, Ext. 427 for technical questions. DESC: The United States Postal Service is soliciting for proposals to construct and lease back a 6,496 sf building on a controlled 74,315 sf site legally described as the easterly portions of Lots 12 & 13, Block 2, City of Rogers, Hennepin County, Minnesota. After November 29, 1996, plans and specifications may be obtained for a NON-REFUNDABLE fee from "Jorji" at Kelly Blueprint, 8877 West 75th Street, Overland Park, KS 66204-2275, telephone 913/341-2333. Contact Kelly Blueprint in writing for lists of planholders or by faxing your request to them at 913/341-7143. No telephone requests will be accepted. DO NOT CONTACT THE POSTAL SERVICE FOR PLANS AND SPECIFICATIONS OR PLANHOLDER LISTS. CITE: (I-338 SN008088) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il SUBJECT: Y -- CORRECTION TO RENOVATION OF AUTOMATION WING BASEMENT, FIRST FLOOR, AND HOST AREA, AND FIRE PROTECTION MODIFICATIONS AT MINNEAPOLIS ARTCC, FARMINGTON, MN SOL DTFA14-97-R-33877 POC Teresa Brady, Contracting Officer. DESC: The fax number previously published for this announcement is incorrect. Facsimile requests can be transmitted to (847) 294-8310. CITE: (I-338 SN008121) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 SUBJECT: Y--FC/MR&T, YAZOO BASIN, MS, DEMONSTRATION EROSION CONTROL PROJECT, COLDWATER RIVER WATERSHED, LOW DROP GRADE CONTROL STRUCTURE, NUNNALLY CREEK, SITE NO. 1, LD-95-03 SOL DACW38-97-B-0014 DUE 012897 POC Contract Specialist JERI MCGUFFIE (601) 631-5357 (Site Code CW38) DESC: The work consists of furnishing all plant, labor, materials and equipment for constructing one low drop grade control structure in Marshall County, Mississippi. Principal features of the work include clearing and grubbing, control of water, excavatio, fill, backfill, engineering fabric, filter stone, stone protection, reforestation, erosion control, grouted riprap, and environmental protection. The estimated value of the proposed work is between $100,000 and $250,000. Plans $5.60. Specifications $7.00 Issue date on or about 23 Dec 96. Bid Opening date on or about 28 Jan 97. CITE: (I-338 SN008222) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922 SUBJECT: Y--SOF AIRBORNE OPERATIONS TERMINAL, YUMA PROVING GROUND, ARIZONA SOL DACA05-97-B-0005 DUE 012297 POC PLAN ROOM FAX: (916) 557-7842. Contract Specialist Joyce Yuki (916)557-5245 or FAX: (916)557-7854. Contracting Officer Judith Grant. (Site Code DACA05) DESC: This project consists of constructing a 13,800 SF standard pre-engineered rigid frame metal building on concrete slab-on-grade with pitched metal roof. This facility includes an 11,400 SF parachute packing area and 2,400 SF support area, plus an acces road and parking for vehicles and buses, a paved walkway from the building to the taxiway, signs and landscaping. The project is located at Yuma's Laguna Army Airfield (LAAF). This procurement will be conducted under SIC code: 1542. The size standard forthis SIC code is: $17.0 million. Large businesses competing for this project must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. Estimated cost is between $1,000,000 and $5,000,000. Plans and specifications for this project mut be ordered and the check received by the CUT OFF DATE of 16 DEC 1996 to ensure receipt of bid sets at a cost of $30.00 for specifications (text only); and $17.00 for full-size drawings. Half-size drawings are not available. Orders and checks received beynd the CUT OFF DATE will not be honored. Plans and specifications will be mailed out on or about 23 DEC 1996. Because a limited number of sets will be reproduced, copies are limited to one set per firm. Payment by company check, certified check or money order made payable to the Finance and Accounting Officer, USAED, Sacramento. Payment must be submitted with order request or delivered in person to USED, Sacramento, ATTN: Plan Room, 1325 J Street, Sacramento, CA 95814-2922. Do not address to the contract specialist for this will delay your order. Firms are requested to provide their name, street and mailing address, telephone and FAX numbers and the soicitation number of the project. All responsible business sources may submit a bid which will be considered by the agency. See Note 26. CITE: (I-338 SN008240) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USA Engineer District-Detroit, Corps of Engineers, 477 Michigan Ave, Detroit, Mi 48226 SUBJECT: Y--FY97 MAINTENANCE DREDGING OF ST. JOSEPH (OUTER) HARBOR, MICHIGAN SOL DACW35-97-B-0003 DUE 011797 POC Contract Specialist Michael Ciaciuch (313) 226-6432 (Site Code DACW35) DESC: Maintenance Dredging to St. Joseph (Outer) Harbor, Michigan and all work related thereto. Estimated quantity is 32,100 cubic yards. This procurement is a 100% set aside for an emerging small business. SIC Code is 1629 and the emerging small business ize standard is $6,750,000.00 in average annual receipts for the preceding 3 years. The estimated cost range is between $100,000.00 and $250,000.00. The non-refundable charge for Solicitation documents is $3.95. CITE: (I-338 SN008244) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of State, A/FBO/AP/AD, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219 SUBJECT: Y -- PRE-QUALIFICATION FOR CONSTRUCTION OF SITE UTILITIES AT THE U.S. EMBASSY KUWAIT SOL S-FBOAD-97-R-0016 DUE 122096 POC James K. Kimmel, Constract Specialist, 703-875-6276. DESC: The U.S. Department of State, Office of Foreign Buildings Operations (FBO) is seeking to pre-qualify offerors for construction of site utilities for a new housing area at the U.S. Embassy Kuwait. The project scope includes the following: new power distribution system; sanitary sewer system; domestic water distribution system; water irrigation connection and rough grading of site. The estimated value of construction ranges from $500,000 to $1,000,000. The contract type shall be a firm fixed price contract. The performance period is estimated to be three (3) months from the date of contract award. The contractor is not required to have a security clearance for this project. In order for any firm outside of Kuwait to do business in Kuwait, the firm must be sponsored by a Kuwaiti agent in accordance with local Kuwaiti law. Firms may want to contact the Kuwait Embassy in Washington, D.C. for more details. The U.S. Embassy Kuwait cannot sponsor a firm. Prospective offerors must meet the following pre-qualification criteria, and provide details of their qualifications in writing, in order to receive the solicitation: A) show knowledge of Kuwait construction practices and in the procurement and importation of construction materials into a foreign country; B) show successful completion of similar projects between $500,000 to $1,000,000 within the last five (5) years; C) show successful completion of infrastructure projects where the facility is in operation during construction; D) show successful completion of projects involving major utility construction; E) show that the firm has been in business for at least three (3) years prior to this announcement; and E) show financial capability and resources to undertake a prject between $500,000 to $1,000,000 and be able to obtain the required performance and payment bonds, or bank letters of credit or guarantee. Responses to items A, B, C, and D require the project owner's name, address, telephone number, and contact person for the project. Interested firms must request, by mail or facsimile, a pre-qualification application within 15 days of publication of this announcement from Mr. James K. Kimmel at the following address: U.S. Department of State, A/FBO/AP/AD, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219, facsimile number 703-875-6292. CITE: (I-338 SN008398) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: BIA, FMCC, Acquisition Services Program Staff, 210 Third Street NW, Albuquerque, NM 87103 SUBJECT: Y -- KINLICHEE BOARDING SCHOOL SOL BIA-0150-97-2 DUE 121796 POC Judith Bodo DESC: Correction: This action originally publicized in the CBD as synopsis number 96-5, dated November 4, 1996, is amended. The following words are deleted in their entirety, "price range for Serial No. BIA-0150-97-2 is between $1 million and $5 million." Insert in lieu thereof "price range for Serial No. BIA-0150-97-2 is between $5 million and $10 million." All other information publicized in the original synopsis is correct. CITE: (I-338 SN008411) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 $150.00 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. Prio CITE: (I-338 SN008423) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 -- BLUE RIDGE PARKWAY PROJECT PRA-BLRI 2M19,N13 SOL DTFH71-97-B-00003 DUE 011697 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: This procurement is open to all business concerns. Blue Ridge Parkway Project PRA-BLRI 2M19,N13, in McDowell County, North Carolina, consists of slide repairs and approach work on the Blue Ridge Parkway at Mileposts 336.9, 345.2, and 351.9; pavement overlay at the Singlecat Ridge Parking Area; and includes grading, drainage improvements, embankment reinforcement, placement of aggregate base and hot asphalt concrete pavement, and other miscellaneous work. Principal items of work and approximate quantities are as follows: Roadway Excavation, 3,500 m3; Unclassified Borrow, 500 m3; Geogrid Reinforcement (primary and intermediate), 8,500 m2; Aggregate Base, C or D, 2,000 metric tons; Hot Asphalt Concrete Pavement, Class C, Grading B and D, 2,000 metric tons; Steel-Backed Timber Guardrail, 500 m; Temporary Traffic Signal System, 3 each. The project is expected to fall within the price range of $500,000 to $1,000,000 and has a construction completion date of September 15, 1997. Invitation for Bids No. DTFH71-97-B-00003 to be issued on or about December 17, 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 16, 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-338 SN008501) [Commerce Business Daily: Posted December 02, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 SUBJECT: Z--REMOVE LEAD PAINT FROM VARIOUS BUILDINGS SOL N68931-97-Q-3008 DUE 121696 POC Ms. Tammy Szydloski or Ms. Vicki Hunter (904) 270-5215 DESC: CORRECTION: The deadline for the receipt of bids for this solicitation is changed to 12/16/96. All other information publicized in the original synopsis is correct. LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL fjanosic_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-337 SN007756) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 SUBJECT: Z--INSTALL CHILLER, BLDG 80 SOL N68931-97-Q-1015 DUE 121696 POC Ms. Susan Heuler, (904) 778-5560, Contracting Officer DESC: Replace existing air cooled chiller and chill water pump with new 80 ton air cooled chiller and chill water pump including associated piping and electrical circuits at building 80. Performance period will be 60 calendar days. All quotations must be submitted in writing. All responsible sources will be considered. LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL sheuler_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-338 SN007975) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 SUBJECT: Z -- ROAD AND PARKING LOT PAVING SOL IFB 428-0018 DUE 020497 POC G. F. Garceau, Regional Contract Specialist, 717-547-1641, extension 541 DESC: Modification: Change Block 9 to read IFB 428-0018 and change IFB number in Block 17 to reflect 428-0018. CITE: (I-338 SN008117) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: Z -- ENLARGE CARGO DOORS SOL SP3200-97-Q-0012 DUE 020197 POC Craig Studley 209- 982-2413 DESC: Contractor shall furnish all labor, equipment, accessories and material necessary to enlarge ten (10) cargo door openings from 10 FT wide x 10 FT high to 16 FT wide x 10 FT high, and install new overhed, motor operated, coiling cargo doors for each new opening at Defense Distribution Region West, Sharpe Facility, Lathrop, CA. Asbestos work is required to remove existing asbestos containing siding shingles for door enlargement. Period of Performance is 90 days. Esttimated Project Size is between $25,000 and $100,000. Standard Industrial Code is $17 million. All responsible sources may submit an offer which shall be considered. Only written request will be accepeted and may be faxed to (209) 982-2450 or mailed will be accepted and may be faxed to (209) 982-2450 or mailed to Contracting Division, Defense Distribution Region West, ASCW-PAA, P.O. Box 960001, Stockton, CA 95296-0800. CITE: (W-338 SN008131) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: Z--REPLACE ALARM CHECK VALVE ASSEMBLIES SOL SP3200-97-B-0002 DUE 020497 POC Sonya Baird, Contract Specialist (209) 982-2426 DESC: Contractor to replace 42 each 6-inch and 52 each 8-inch alarm check valve assemblies to include standard trim piping, pressure gauges, retarding chamber, testing bypass valve, main drain, and other components as required for a fully operational system in Buildings 205, 305, 208, 308, 408, 508, 286, and 386 at Defense Distribution Region West, Sharpe Facility, Lathrop, CA. Period of Performance is 90 days after Notice to Proceed. Estimated Project Size is between $100,000 and $250,000. Standard Industrial Code is 1711 for which the small business size standard is $7 million. All responsible sources may submit an offer which shall be considered. Only written requests will be accepted and may be faxed to (209) 982-2450 or mailed to Contracting Division, Defense Distribution Region West, P. O. Box 960001, Stockton, CA 95296-0800. CITE: (W-338 SN008206) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755 SUBJECT: Z--Z-FY97 EDIZ HOOK BEACH EROSION CONTROL, PORT ANGELES, WA SOL DACW67-97-B-0014 DUE 012297 POC Contract Specialist Anita B Repanich (206) 764-6805 (Site Code DACA67) DESC: Furnish and place up to 50,000 tons of linch to 12 inch (sieve size) gravel/cobble beach nourishment along approximately 5,000 feet of the western half of the 13,300 foot-long revetment project and rekeying of displaced armor rock. Plans and specs avilable on or about 23 DEC 96 at no charge per set. No individual sheets are available. Documents will be issued on a first come, first served basis until supply is exhausted. No phone requests accepted. Refer to IFB No. DACW67-97-B- 0014 when ordering. Reqests must be in writing and must be received before bid documents will be mailed. Requests may be FAXed to (206)764- 6817 or requested via internet e-mail at plans-room-cenps- ct@nps.usace.army.mil confirmation copy need not be mailed. Plans and specs may be picked up from the Plans Room Monday thru Friday between the hours of 7:30 A.M. and 3:30 P.M. Submit requests by 17 DEC 96. Estimated dollar value is in the range of $500,00.00 to $1,000,000.00 and completion period is 240 days. Standard Industrial Classification Code 1629. Project is open to both large and small business. CITE: (I-338 SN008216) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA Keystone Realty Svcs District (3PK), The Wanamaker Building Rm 727, 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: Z--MULTIPLE INDEFINITE QUANTITY TERM CONTRACT FOR REPAIR & ALTERATION IN ALLEGHENY, ARMSTRONG, BEAVER, BUTLER, FAYETTE, INDIANA, WASHINGTON, AND WESTMORELAND, PA SOL GS03P97CDD1005 DUE 010897 POC Contract Officer, Liliana Delbonifro, (215) 656-6103 DESC: CORRECTION: The purpose of this modification is to cancel the CBD announcement that appeared in the November 15, 1996 issue referenced by the solicitaion number above. CITE: (I-338 SN008218) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA Keystone Realty Svcs District (3PK), The Wanamaker Building Rm 727, 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: Z--MULTIPLE INDEFINITE QUANTITY TERM CONTRACT FOR REPAIR & ALTERATION IN THE COUNTIES OF ALLEGHENY, ARMSTRONG, BEAVER, BUTLER, FAYETTE, INDIANA, WASHINGTON, AND WESTMORELAND, PA SOL GS03P97CDD1010 DUE 012997 POC Contract Specialist, Liliana Delbonifro, (215) 656-6103 DESC: Provide all labor, material, supervision, equipment and tools necessary for general repairs and alterations to Government owned and leased facilities in the counties of Allegheny, Armstrong, Beaver, Butler, Fayette, Indiana, Washington, and Westmorelnd, PA. This will be an Indefinite Quantity Construction Contracts with the ability to perform associated design services for construction projects ranging from approximately $100,000 to $2 MILLION. The estimated cost of construction for a given year underthis contract is approximately $2 MILLION. Offerors will be evaluated using the source selection procedures/greatest value method outlined in the solicitation. The Government may make multiple awards and estimates to make three awards under the subject solicitation. Individual delivery orders may be competed among the selected firms under the contract unless the Government deems otherwise on an individual task orer basis. The contracts will be for a one year base period with four (4) one year unilateral options on the part of the Government. The requirement is being solicited through full and open competition. SIC Code 1542. Responses should be mailed or faxed to he attention of Ms. Donna M. England, GSA, Keystone RSD (3PKC), The Wanamaker Building, Room 725, 100 Penn Square East, Philadelphia, PA 19107, (215) 656-5955. No telephone requests will be accepted. The specifications will be available on or about 12/30/96. There will be no public opening of offers. CITE: (I-338 SN008220) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 TEXAS 77553-1229 SUBJECT: Z--GALVESTON HARBOR AND CHANNEL, TEXAS, DREDGING BOLIVAR ROADS TO PIER "B", GALVESTON COUNTY, TEXAS SOL DACW64-97-B-0005 DUE 010897 POC Contract Specialist Lucy Smith (409) 766-3845 Contracting Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64) DESC: The plans and specifications will provide for the removal of approximately 4,526,000 cubic yards of shoaled material from 20,300 linear feet of project channel over varying widths of 985 to 1,135 feet and to required depths of 36, 38, and 43 feet (beow mean low tide) and 2 feet of allowable overdepth. It will also be necessary to repair approximately 39,000 lineal feet of levee and make minor repairs to spillways. Disposal material to be place into two separate confined areas. Barrier fabric is not reuired. The cost for one set of plans and specifications: Full Size - $25.00; Half Size - $17.50 (Non-Refundable). Subcontracting goals for the Galveston District are: 52.5% Small Business; 8.8% Small Disadvantaged Business; and 3.0% Woman-Owned Business. Price range for this work is between $1,000,000.00 and $5,000,000.00 CITE: (I-338 SN008246) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: Z--SERVICES FOR ROUTINE MAINTENANCE AND MINOR EQUIPMENT UPGRADES FOR THE DATA ACQUISITION AND PROCESSING SYSTEM SOL N66604-97-Q-0350 DUE 011097 POC Contact Joan Purcell at (401) 841-2442 X214 or Peg Maguire, Contracting Officer at (401) 841-2442 X293. Fax number (401) 841-4820. DESC: A Time and Material contract is anticipated on a sole source basis with Sanders - A Lockheed Martin Company, PTPOS-B002, P.O. Box 868, Nashua, NH for services for routine maintenance and minor equipment upgrades for the Data Acquisition and Processing System (DAP). The DAP system is a 512 channel state-of-the-art signal conditioning, analog-to digital converter, and digital recording system designed to support testing of the High Resolution Torpedo Sonar System. Performance period is from award throu gh September 30, 1998. The SIC Code is 7378, the small business standard code is $18 million. A single award is anticipated. Telephone requests will not be accepted for the solicitation. Fax requests will be accepted at (401) 841-4820. See Note 22. CITE: (I-338 SN008248) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, Corps of Engineers, Philadelphia District, 100 Penn Square East, Rm 643, Philadelphia PA 19107 SUBJECT: Z--BRIDGE PAINTING, CHESAPEAKE CITY BRIDGE, CHESAPEAKE CITY, MARYLAND SOL DACW61-97-B-0009 DUE 022597 POC Contract Specialist, William A. Bailey, (215) 656-6932. DESC: Modification: Painting of Chesapeake City Bridge, Chesapeake City, Maryland and Delaware. The solicitation issuance date and bid opening dates are changed. The solicitation will now be issued on/about Jan. 24, 1997, and open on/about Feb. 25, 1997. All other information remains the same. CITE: (M-338 SN008253) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Fluor Daniel Fernald, P.O. Box 538704, Cincinnati, Ohio 45253-8704 SUBJECT: Z--DEMOLITION SOL FSC 605 DUE 010697 POC Randy Ector, (513) 648-5170. DESC: Fluor Daniel Fernald (FDF), RFP No. FSC 605 is re-scheduled for release on or about January 6, 1997 for the dismantling of Plant 9 and ancillary structures and Building Nos. 32A, 32B, 34, 64, 65, 78 and 81 (PLANT 9/THORIUM PROJECT) at the Department of Energy's Environmental Management Project in Fernald, Hamilton County, Ohio. NOTE: DUE TO UNCERTAINTIES REGARDING THE FEDERAL BUDGET, FUNDING IS CURRENTLY NOT AVAILABLE FOR THIS PROJECT, HOWEVER, IT IS EXPECTED TO BE AUTHORIZED FOR AN ANTICIPATED AWARD IN MID 1997. These buildings were used to process, refine, and store uranium and thorium bearing products during the production of metals for use in government defense programs. The complete buildings, interior components and equipment, and exterior equipment shall be dismantled, removed, segregated, cut, containerized, and moved to specified project locations. Removal items shall include the following: HVAC units, duct, process piping, service piping, valves, gauges, instrumentation panels, electrical trays, troughs, hangers, insulation, electrical control panels, process equipment, doors, shelves, friable asbestos, asbestos transite siding, sheet metal panels, gutters, exhaust vent, structural steel, cast in-place concrete, steel decking, interior and exterior above ground tanks, concrete equipment foundations, bridge cranes, and other associated equipment. To be qualified to submit a proposal and receive award for this work, a prospective offeror must: (A) provide a list of ALL contracts meeting Criteria 1 through 6 whether successfully performed or not. The list shall include (a) type of job (brief description of work performed), (b) location, (c) point of contact and telephone number of the project owner, (d) dollar value of work performed by the prime contractor or lower tier subcontractor, as applicable, and (e) identity of lower tier subcontracts, where applicable. CRITERIA 1--Successful performance (quality, technical and schedule) by the prime contractor of at least one (1) federal government contract within the last five (5) years, in which the prime contractor's contract amount was greater than $3 million and at least 45% of the work was performed directly by the prime contractor. CRITERIA 2--Successful performance (quality, technical and schedule) by the prime contractor of single or multiple contracts in remedial de-construction/demolition work, in the last five (5) years, on projects governed by OSHA/CERCLA or OSHA/RCRA in which the aggregate prime contractor's contract value was greater than $5 million and at least 45% of the work was performed directly by the prime contractor. CRITERIA 3--Successful performance (quality, technical and schedule) by the prime contractor or the named lower tier subcontractor of asbestos abatement over the past five (5) years with an aggregate value greater than $5 million. At least one (1) abatement project must have been performed in exposed height conditions greater than 30 feet. (Identify on list submitted.) This work must have been performed directly by the prime contractor or the named subcontractor. CRITERIA 4--Successful performance (technical expertise and safe competent execution) by the prime contractor or the named lower tier subcontractor of rigging design and rigging for at least two (2) engineered lifts of 10 tons or greater during the last five (5) years. The rigging design and execution must be by the same firm. CRITERIA 5--Successful dismantlement (quality and schedule) by the prime contractor or the named lower tier subcontractor of at least two (2) structures greater than 30 feet in height in the past five (5) years using mechanical shearing techniques. This work must have been performed directly by the prime contractor or the named subcontractor. CRITERIA 6--Successful performance (quality and schedule) by the prime contractor on at least two (2) projects with an aggregate contract value greater than $5 million where greater than 50% of the work was directly performed wearing anti-contamination clothing and 50% of the work was performed wearing respirators because of chemical and radiological hazards. At least 25% of the experience shall be radiological. (B) Provide documentation or statement for Criteria 7 and 8. CRITERIA 7--The prime contractor and the lower tier subcontractors must be able to demonstrate to the satisfaction of FDF that it has a record of safe construction performance as demonstrated by a current workers compensation insurance experience modification rate (EMR) of less than or equal to 1.05 or the trend for the past three (3) years in downward and none of the past three (3) years has an EMR greater than 1.25. CRITERIA 8--The prime contractor must be able and willing to perform at least 45% of the work with their own forces. Prime contractor may include wholly owned subsidiaries if the work was performed or is to be performed as one integral project team. If the prime subcontractor is a joint venture, the prime contractor criteria may be met by one or a combination of the venturers. Estimated cost $5,000,000 to $10,000,000; Bid Guarantee required; non-refundable charge for solicitation documents to be determined. Interested firms should send a LETTER OF QUALIFICATION referencing RFP No. FSC 605 and including shipping address, contact, and telephone and fax numbers to the attention of Randy Ector at FDF, P.O. Box 538704, Mail Stop 44, Cincinnati, Ohio 45253-8704 no later than December 11, 1996. Checks will not be accepted at this time. Qualified firms will be notified approximately December 20, 1996 and requested to submit a check for the solicitation documents at that time. The exact proposal due date will be established by the RFP. All pre-qualified sources may submit a proposal which will be considered. Any firm interested as a lower tier subcontractor or supplier may obtain a copy of the solicitation by sending a check to the above address, however, proposals will only be accepted by FDF from pre-qualified ``PRIME'' offerors. CITE: (M-338 SN008255) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W. Hailey Ave., Pendleton, OR 97801-3942 SUBJECT: Z--ROAD RECONSTRUCTION SOL Sol. R6-14-97-14 DUE 012497 POC Merle Matthews, 541-278-3843 DESC: The Umatilla National Forest is soliciting quotes for the reconstruction of 0.24 miles of single-lane road and related work. Project is located on the Walla Walla RD in Umatilla Co., northeastern Oregon. Desired date for starting work is 7/1/97 with a contract time of 72 days. An alternative payment protection (bond) will be required. Price Range: Between $25,000 and $100,000. CITE: (W-338 SN008259) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 SUBJECT: Z--REPAIR SOL N68931-97-Q-3007 DUE 121696 POC GHhhhh DESC: reoairs LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL fjanosic_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-338 SN008260) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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., RX-24, Rm 710, Seattle, WA 98121 SUBJECT: Z--MISCELLANEOUS REPAIRS (HVAC & ADA IMPROVEMENTS), EAGLE BUTTE, SOUTH DAKOTA (AB4EB079H7) SOL 102-IFB-97-0001 POC Contracting Officer, Judi M. Jzyk, (206) 615-2025. DESC: Work to be performed consists of a new vehicle storage yard; x-ray room alterations; miscellaneous electrical; vinyl base replacement; residential basement walls insulation; attic insulation; computer room A/C unit; rooftop A/C unit; revise ductwork and diffusers; install toilets and sink; install new fintube, copper pipe, thermostats, valves and pipe insulation in quarters; and miscellaneous ADA improvements. The plans and specifications use International System of Units (SI) metric equivalent measurements. Project completion time is estimated to be 150 calendar days after notice to proceed. Estimated construction cost is between $250,000 and $500,000.--The proposed contract listed herein is set aside for 51% Indian-owned, controlled, and operated firms under the authority of the Buy Indian Act. In accordance with the Public Health Service Acquisition Regulation Paragraph 380.503(e), not more than fifty (50) percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment.--Award is subject to the availability of funds.--A pre-solicitation notice is being issued concurrently with this synopsis.--Bid documents will be available at no charge on about January 14, 1997, at the HHS/IHS/Engineering Services, address listed above. No telephone requests for bid documents, please, only written requests received directly from the requestor will be accepted. (FAX (206) 615-2466.) This project was previously solicited under #102-IFB-96-0018. CITE: (M-338 SN008267) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z - RENOVATE BOWLING CENTER, NAVAL SUBMARINE BASE, KINGS BAY, GA SOL N62467-93-B-1133 DUE 012397 POC Technical - Attn: Ralph Peters, Code 0211RP. Contractin Officer - L. R. Fisk. DESC: THIS IS A PRESOLICITATION NOTICE ONLY. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED. THIS SOLICITATION IS ADVERTISED ON AN "UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The project includes the alteration of the existing Bowling Center building. Alterations include the addition of mechanical and kitchen storage space, an entry cover, bowling lane overlays, bowling ball returns, scoring equipment, new finishes, mechanical equipment, electrical equipment, lighting, and site work. Exterior load bearing masonry walls have brick veneer and entry cover consists of wood, standing seam metal roofing and stucco soffit. Other building components include hollow metal frames, aluminum doors and frames, wood doors, ceramic tile restrooms, carpet and rubber flooring. Supporting facilities include storm drainage system, sidewalks, parking, landscape and incidental related incidental work to provide a complete and usable facility. For Plans and Specifications: There is a $55.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) If problems arise concerning your request, call Ronnie Mitchum at 803/743-4040. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR REQUEST FOR PLANS AND SPECIFICATIONS. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: Ralph Peters, Code 0211RP. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $500,000.00 and $1,000,000.00. Estimated duration of the contract is 180 days for completion. CITE: (W-338 SN008338) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z - WASTEWATER PLANT UPGRADE, NAVAL AIR STATION, KEY WEST, FL SOL N62467-96-B-0765 DUE 012897 POC Technical - Attn: Susie Conner, Code 0211SC. Contractin Officer - L. R. Fisk. DESC: THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED. The work includes upgrading existing wastewater treatment plant with new bar screens and grit collection system, new and renovated clarifiers and aeration tanks, new sludge drying beds, pump and compressed air blower buildings, an elevated control building, pumps, extensive piping, and incidental related work. Primary construction is cast-in place concrete and concrete masonry. FOR PLANS AND SPECIFICATIONS: There is a $50.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29425 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) If problems arise concerning your request, call RONNIE MITCHUM at 803/743-4040. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE ALSO INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE NUMBER, AND (3)A FAX NUMBER. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed 803/820-5853, Attn: Susie Conner, Code 0211SC. To obtain bid results, call 803/820-5922 after 10:00am for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $1,000,000.00 and $5,000,000.00. Estimated duration of the contract is 465 days for completion. CITE: (W-338 SN008340) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, NSA, Bldg. 157, New Orleans, LA 70142-5007 SUBJECT: Z -- SEWERAGE SYSTEM REPAIRS, NAVAL AIR STATION, JRB, NEW ORLEANS, LA SOL N62467-95-B-7099 DUE 012397 POC Gisela Donmyer (504) 678-2150, Ext 212. DESC: The work includes rehabilitate existing sanitary sewers by the pipe bursting method which splits the existing pipe and immediately installing a new polyethylene pipe, reconnect existing sewer service connections, television inspection of the polyethylene pipe and complete installation in accordance with the contract documents. Only hydraulically and pneumatically operated equipment will be allowed for this replacement. This solicitation will be issued on an Unrestricted basis. Estimated cost is between $500,000 and $1,000,000. Estimated duration of the contract is 165 calendar days for completion. Plans and Specs will be available on or about 23 December 1996. Request for solicitation packages should be received by the issuing office not later than 10 days of listing of solicitatiion in CBD. Requests must be submitted in writing (or faxed, (504) 678-2631) to Resident Officer in Charge of Construction, Bldg 157, NSA, 2300 General Meyer Ave, New Orleans, LA 70142-5007. Telephone requests will not be honored. No charge. CITE: (I-338 SN008396) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, NSA, Bldg. 157, New Orleans, LA 70142-5007 SUBJECT: Z -- REPLACE ROOFS AND FENCES, NAVAL AIR STATION, JRB, NEW ORLEANS, LA SOL N62467-95-B-0768 DUE 012397 POC Gisela Donmyer (504) 678-2150 Ext 212. DESC: The work includes replacing shingle roofing on FY 75 Family Housing and replacing wood fences with vinyl fences on FY 73/74 Family Housing and incidental related work. This solicitation will be issued on an Unrestricted basis. Estimated cost is between $100,000 and $250,000. Estimated duration of the contract is 285 calendar days for completion. Plans and Specs will be available on or about 23 December 1996. Request for solicitation packages should be received by the issuing office not later than 10 days of listing of solicitation in CBD. Requests must be submitted in writing (request may be faxed, (504) 678-2631)) to Resident Officer in Charge of Construction, Bldg 157, NSA, 2300 General Meyer Ave, New Orleans, LA 70142-5007. Telephone requests will not be honored. There is no charge for plans and specs. CITE: (I-338 SN008424) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 SUBJECT: Z -- MIXED WASTE STORAGE ARE MODIFICATONS, BUILDING 96, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME SOL N62472-95-B-6537 DUE 012297 POC Contracting Office Staff, (207) 438-4600. DESC: The work includes installing reinforced concrete floor, epoxy coating, and modifications to entrance doors. The period of performance is 120 calendar days after receipt of the notice to proceed. The estimated cost range is between $25,000 and $100,000. The SIC code for this procurement is 1541. This procurement is issued unrestricted. This is a second synopsis for the same project, those firms who originally requested the bid package need not re-request under this notice. All requests for solicitation must be in writing. A FAX is acceptable. FAX Number (207) 438-2916. CITE: (I-338 SN008433) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 SUBJECT: Z -- REPAIR ELECTRICAL DUCT BANKS AT BERTHS 11 AND 13, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME SOL N62472-95-B-1727 DUE 012297 POC Contracting Office Staff, (207) 438-4600. DESC: Provide industrial power outlets for three (3) test boxes and seven (7) industrial power boxes; provide a 24-way concrete encased duct bank under Berth 13 and a 4-way duct bank to Building 278; provide a shore power box; and remove and reinstall one (1) railroad switch. The SIC Code for this procurement is 1623. The period of performance is 240 calendar days after receipt of the Notice to Proceed. The estimate costs range is between $250,000 and $500,000. Subject solicitation will be issued as unrestricted and subject to the evaluation criteria contained in DFARS 252.219-7003 entitled "Notice of Evaluation Preference for Small Disavantaged Business Concerns." This is the second synopsis for this procurement, those firms requesting the bid package under original announcement need not re-request the bid package. All requests for solicitation must be in writing. A FAX is acceptable. FAX Number (207) 438-2916. CITE: (I-338 SN008434) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 SUBJECT: Z -- AIR CONDITIONING SYSTEM FOR EIGHT LANE BOWLING ALLEY, BUILDING 308, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME SOL N62472-96-B-6580 DUE 012297 POC Contracting Office Staff, (207) 438-4600. DESC: The work required is to install chiller and fan coils and modify existing air handling unit in an 8 lane bowling alley, Building 308. The period of performance is 120 calendar days after receipt of the Notice to Proceed. The SIC Code is 1542. The estimated cost range is between $100,000 and $250,000. Subject solicitation will be issued as unrestricted and subject to the evaluation criteria contained in DFARS 252.219-7003, entitled "Notice of Evaluation Preference for Small Disadvantaged Business Concerns. All requests for solicitation must be in writing. A FAX is acceptable. FAX Number (207) 438-2916. CITE: (I-338 SN008435) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 SUBJECT: Z -- RENOVATION OF QUARTERS O, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME SOL N62472-95-B-1723 DUE 012297 POC Contracting Office Staff, (207) 438-4600. DESC: The work in this solicitation is to make minor structural repairs, add ceiling insulation, replace heating system, replace electrical system, and upgrade plumbing with related architectural work at Quarters O, Portsmouth Naval Shipyard, Kittery, ME. The SIC code for this procurement is 1522. The period of performance is 120 calendar days after receipt of the Notice to Proceed. The estimated cost range is between $100,000 and $250,000. Subject solicitation will be issued as unrestricted and subject to the evaluation criteria contained in DFARS 252.219-7003 entitled "Notice of Evaluation Preference for Small Disadvantaged Business Concerns." All requests for solicitation must be in writing. A FAX is acceptable. FAX Number (207) 438-2916. CITE: (I-338 SN008436) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Z -- MAINTENANCE DREDGING, GEOTEXTILE TUBE CONSTRUCTION, AND WETLANDS PLANTING, SMITH ISLAND, SOMERSET COUNTY, MARYLAND SOL DACW31-97-B-0008 DUE 012297 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: Maintenance Dredging, Geotextile Tube Construction, and Wetlands Planting, Smith Island, Somerset County, Maryland. Est cost is between $500,000 and $1,000,000. Completion no later than 150 calendar days. Construction consists of maintenance dredging of Federal navigation project at Twitch Cove and Big Thorofare River, Smith Island, Somerset County, Maryland. Approximately 90,000 cubic yards of silt and sand to be dredged and pumped to a previously used open water site at Hog Neck and at Twitch Cove. Maximum pumping distance is 4 miles. Twelve 200-foot long sections of geotextile tube will be filled with sandy material to help protect the dredged material placement sites from wave erosion. Following consolidation of the dredged material the placement sites will be planted with wetlands vegetation. Full size plans and specs (10) $24.00 p/set; half size plans and specs (10) $17.75 p/set. Non-Refundable. Make company check or money order payable to: FAO, USAED, Baltimore. (No Cash accepted). Issuance o/a 19 December 1996. Note: This procurement is a small business set aside. CITE: (I-338 SN008500) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Z -- MAINTENANCE DREDGING, GEOTEXTILE TUBE CONSTRUCTION, AND WETLANDS PLANTING, SMITH ISLAND, SOMERSET COUNTY, MARYLAND SOL DACW31-97-B-0008 DUE 012297 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: Maintenance Dredging, Geotextile Tube Construction, and Wetlands Planting, Smith Island, Somerset County, Maryland. Est cost is between $500,000 and $1,000,000. Completion no later than 150 calendar days. Construction consists of maintenance dredging of Federal navigation project at Twitch Cove and Big Thorofare River, Smith Island, Somerset County, Maryland. Approximately 90,000 cubic yards of silt and sand to be dredged and pumped to a previously used open water site at Hog Neck and at Twitch Cove. Maximum pumping distance is 4 miles. Twelve 200-foot long sections of geotextile tube will be filled with sandy material to help protect the dredged material placement sites from wave erosion. Following consolidation of the dredged material the placement sites will be planted with wetlands vegetation. Full size plans and specs (10) $24.00 p/set; half size plans and specs (10) $17.75 p/set. Non-Refundable. Make company check or money order payable to: FAO, USAED, Baltimore. (No Cash accepted). Issuance o/a 19 December 1996. Note: This procurement is a small business set aside. CITE: (I-338 SN008508) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential Sources Sought OFFADD: 17th CONS/LGC, Goodfellow AFB TX 76908-4705 Attn:/Lt Lawrence Kokocha SUBJECT: Z--MODIFY DORMITORIES SOL F41614-97-B0001 POC Lt Lawerence Kokocha, (915)654-3806/Walter Houston, Contracting Officer, (915)654-5174 DESC: The 17th Training Wing, Goodfellow AFB, TX, is seeking qualified businesses under SIC 1522, Size Standard 17.0 Million capable of performing the following: to furnish all plant, equipment, labor, services, material, tools, applicable tests, supervision, and perform all work in accordance with the specifications, schedules plans and drawings to Modify Dormitories with interior renovation of Bldgs 241, 242, 243, and 356. Work will include environmental, structural, mechanical, plumbing, electrical, and civil requirements including general conditions, gas systems, electrical systems, water systems, sewer systems and heating and air conditioning systems. This acquisition will be unrestricted in accordance with public law and federal acquisition regulations. The magnitude of this project is between $5.0 Million and $10.0 Million. Bids from all responsible bidders will be accepted. The plans, schedules, drawings and specifications will be distributed via electronic media format. Printed documents will only be provided to awardee at time of award. Fee for plans and specifications will be determined prior to issuance. Written requests will be accepted at the address stated above or FAX (915)654-3255. Telephone requests will not be accepted. Estimated issue date of solicitation is 16 Dec 96. Bid opening is tentatively scheduled for 15 Mar 96. This synopsis is planning and information purposes only and does not constitute a solicitaiton for bids or proposals and is not construed as a commitment by the Government. When available, solicitation will be limited to one per requester. CITE: (W-338 SN008078) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--BODY, FIRING CIRCUIT. EXCEPTION TO SQAP-APPENDIX-RIA, USE MIL-W-63150. SOL SP0750-97-Q-0358 DUE 011497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Sharon Harper, (614)692-1170. DESC: PR-NO: FPC96017000607 NSN 1005-00-937-1395, CAGE 19204 Part No 8436652 40 -EA Del to McClellan AFB CA 95652-1621 Del by 30 days after date of award. See NOTES 1 & 9. 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-337 SN007815) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--SEAL, REAR. SOL SP0750-97-Q-0359 DUE 011497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Sharon Harper, (614)692-1170. DESC: PR-NO: YPC96303000638 NSN 1005-01-091-8794, CAGE 05606 Part No 12000395 CAGE 05606 Part No 142D5798 CAGE 19200 Part No 12000395 CAGE 32828 Part No 11597-036 CAGE 83298 Part No 223T121-145-4-ZM1 PR-NO: YPC96120000258 67 -EA Del to San Diego CA 92136-0000 Del by 30 days after date of award. 164 -EA Del to New Cumberland PA 17070-5001 Del by 30 days after date of award. 198 -EA Del to Lathrop CA 95330 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 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 contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price may 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-337 SN007825) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--HOUSING ASSEMBLY ENTRANCE UNIT. SOL SP0760-97-Q-0186 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)David beckwith (614) 692-3455 DESC: PR-NO: YPC96311000829 NSN 1005-01-116-1494, CAGE 05606 Part No 209F488 housing assembly entrance unit. Lockheed Martin Corp. P/N 209F488, code 05606. 8 -EA Del to Jacksonville FL 32212-0097 Del by 24 Sep 97. 7 -EA Del to Lathrop CA 95330 Del by 24 Sep 97. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the cbd.specificatations, 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 Lockheed martin.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.this request will be issued via a written rfq.the estimated award date will be 24 Sep 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-337 SN007827) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons--Potential Sources Sought OFFADD: Department of the Air Force, ASC, Precision Strike System, PSO, (ASC/YGK), 102 West D Avenue, Suite 168, Eglin AFB FL 32542-6807 SUBJECT: 10 -- PROCUREMENT OF AGM-130 ROCKET MOTOR ASSEMBLY SOL N/A POC Becky Kirk, Contract Specialist, (904) 882-8515 ext 2242 or F. Jean Lavoie, Contracting Officer, (904) 882-8515 ext 2117. DESC: The Precision Strike System Program Office (YG), Aeronautical Systems Center, Weapons, Air Base and Range (WAR) Product Support Office, plans to procure (subject to availability of funds) the AGM-130 Rocket Motor Assembly SR122-RD-1, Part No. HT005350, with an annual buy of up to 200 units in fiscal years 1997 and 1998, inclusive of up to 100 units in fiscal years 1997 and 1998 for potential Foreign Military Sales (FMS), and 100 units in fiscal years 1999, 2000, and 2001 until the Air Force inventory is increased by 500 units. Although potential FMS requirements need not be advertised IAW FAR 6.302-4, they are provided herein for information purposes. All FMS requirements will be supported by written justifications and approvals. The anticipated contract type is Firm Fixed Price (FFP). The first procurement increment will be for support of the eighth production lot of AGM-130 missiles. Procurement of an additional 400 units beyond the Lot 8 AGM-130 missile production is anticipated to support potential increases in the Air Force inventory. It is expected that this procurement will be completed by close of FY01. A reprocurement data package is not available. The approved development specifications and drawing package are available for information purposes by contacting the Contract Specialist or Contracting Officer shown below. Responding firms must have a secret level security clearance and certified access to DOD Scientific and Technical Information (STINFO) and export controlled information IAW DOD 5230.25 by the United States/Canada Joint Certification Office, Defense Logistics Service Center, Battle Creek, MI 49016-3412, 1-800-352-3572. Firms having applicable interest, capability and background should submit particulars in accordance with Numbered Note 25 to ASC/YGK, ATTN: Becky Kirk, 102 West D Avenue, Suite 168, Eglin AFB, FL 32542-6807. Responses to this synopsis must be received within 20 days from date of publication. Respondents will be evaluated in the following areas: a) technical knowledge of the AGM-130 Rocket Motor Assembly sufficient to reliably produce this weapon component which will meet specification requirements, b) ability to assume design responsibility, produce, modify and build up AGM-130 WPU-9/B Propulsion Section, Part No. VM020002-301 (rocket motor assembly plus a propulsion section kit provided as Government Furnished Property) in the absence of a technical data package and deliver in accordance with the required schedule, and c) ability to perform acceptance tests of the AGM-130 WPU-9/B Propulsion Section (Part No. VM020002-301) hardware using the approved Acceptance Test Procedures (ATP). This synopsis is for information and planning purposes only, does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government. After statements of capability have been evaluated, a solicitation may be issued to those prospective sources who, in the sole judgment of the purchasing activity, have the potential of successfully fulfilling the requirements of the planned contract. Firms responding to this synopsis should state whether they are or are not a small business concern as defined in FAR 52.219-1. The Air Force reserves the right to consider a small business set-aside based on responses hereto. This requirement may be pursued sole source if the Air Force determines that only one source is capable of satisfying the requirements. 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 Manager or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Col Timothy R. Kinney at (904) 882-9051. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contracting Officer and could not be satisfactorily resolved at that level. For contracting questions or submission of a qualification package, contact Ms. Becky Kirk, Contract Specialist, (904) 882-8515, Ext. 2242, or Ms. Jean Lavoie, Contracting Officer, (904) 882-8515, ext 2117. For technical information, contact Terrel Hanna, (904) 882-8515, ext 2087. Collect calls will not be accepted. Numbered Notes 25 and 26. CITE: (I-338 SN008475) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-TLX TRANSFER LINE SOL N0010497RK015 DUE 012297 POC Contact Point, M. Altice Davis, 0242.11, (717)790-4042, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2753 DESC: NSN 1377-01-418-6214, Ref Nr P/N 13204100, Qty 188 EA, Delivery FOB Origin-- This item contains class "C" explosives. DFAR Clause 252.223-7001 Safety Precaustions for Ammunition and Explosives (Dec 1991) applies. All responsible sources may submit an offer which, if received in a timely manner, will be considered., See Notes 9,12 CITE: (I-338 SN007978) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-MILD DET CORD, CANOPY PERIPHERY ASSY SOL N0010497RK016 DUE 012297 POC Contact Point, M. Altice Daivs, 0242.11, (717)790-4042, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, M. Altice Davis, 0242.11, (717)790-4042 DESC: NSN 1377-01-136-7571, Ref Nr 837AS118 P/N: OEA 51852-1 & TMCS 819782-1, Qty 15 EA, Delivery FOB Origin-- Except as modificed or amplified in RFP. This item contains class "C" explosives. DFAR Clause 252.223-7001, Safety Precautions for Ammunition and Explosives (DEC 1991) applies. All responsible sources may submit an offer which, if received in a timely manner, will be considered., See Notes 9,12 CITE: (I-338 SN007979) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 -- KEY, M825 SOL DAAA03-97-R-0011 DUE 123196 POC Virginia House, Contract Specialist, (501) 540-4091. DESC: Key, M825 155mm WP Projectile IAW Dwg C15-12-290 Revision F dtd 10 Dec 86, Mil Spec MIL-P-51509 w/amd 1 dtd 17 Sep 87 and NOR S4C3005-002 dtd 4 Mar 94, qty 107,100 each with 100% option quantity. F.O.B. Destination. Issue date of solicitation is on or after 18 December 1996, closing date on or after 21 January 1997. Technical data is export controlled and receipt of approved DD Form 2345 is rerquired prior to release of data. Solicitation packages arte available upon request from Facsimile number 501-540-4090 or answering machine 501-540-4095. Funds are not presently availalbe for this acquisition. No contract award will be made until appropriated funds are made available from which payment can be made. All responsible small busniess sourceses may submit a proposal which shall be considered. See Numbered Note(s): 1. CITE: (I-338 SN008089) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 13 -- 1340 MK 311 MOD 0 IGNITER ASSEMBLIES SOL N0017497Q0088 DUE 121896 POC Kay Proctor, Purchasing Agent, 301-743-6680. DESC: Manufacture MK 311 MOD O Igniter Asseblies in accordance with drawing no# 233AS904. Conduct LOt acceptance tests (LATS) in accordnance with MIL-DTL-82951 and MIL-DTL-82952. Prepare LAT Procedures. Quantity 50 each. This is "total small business set aside". "Request for this quote should be fax to the attention of Kay Proctor 1141W (301) 743-6546. CITE: (I-338 SN008420) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--CABLE ASSEMBLY-SWIT SOL SP0920-97-Q-A084 DUE 011697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96326000446 NSN 1440-01-322-4937, CAGE 53711 Part No 6317895-202 54 -EA Del to Mechanicsburg PA 17055-0789 Del by 06 Jan 97. 21 -EA Del to Lathrop CA 95330 Del by 06 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007848) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 14--15355NA SOL SP0500-97-R-0034 DUE 012097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: P.BROWN/WAA02/X3601 buyer: p.brown /WAA02/X3601 DESC: PR-NO: YPI96182000928 NSN: 1415355NA RFP due date 97 Jan 20 specs: I/A/W spib grading rules predominant mater: softwood, lumber-southern Pine size/dimen: 2 1/2 inches by 4 inches primary quantity: 302,920 delivery schedule: 90 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. Other NOTES: also contains PR#'s YPI96182000929, YPI96182000930, YPI96182000931. Specs/Dwgs are not required. CITE: (I-338 SN008276) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DOOR SOL SP0460-98-Q-B515 DUE 010897 POC Contact: for copies of RFQ solicitations, contact the buyer. POC: Jeanne Yonce, BV617, 804-279-5145, FAX 804-279- 6078 contracting officer: Kimberly ratiff, 804-279-453 5. DESC: PR-NO: YPG96325000309 NSN 1560-00-832-0894, door, Grumman Aerospace Corp, CAGE 26512, P/N A51P12010-1 Rev 'k' specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open, more than one source, intended sources: Grumman Aerospace Corp, CAGE 26512, East/West Industries, CAGE 30941 10 -EA Del to Jacksonville FL 32212-0097 Del by 150 days ARO. Origin inspection required. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007784) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DOOR, ACCESS SOL SP0460-98-Q-B514 DUE 010897 POC Contact: for copies of RFQ solicitations, contact the buyer. POC: Jeanne Yonce, BV617, 804-279-5145, FAX 804-279- 6078 Kimberly Ratliff, contracting officer. DESC: PR-NO: YPG96326000397 NSN 1560-01-199-4494, door, access, Grumman Aerospace Corp, CAGE 26512, P/N A51B18007-39 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open, only one source, see NOTE 22 3 -EA Del to Richmond VA 23297-5900 Del by 150 days ARO. Origin inspection required. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007785) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--ADAPTER, PRESSURE, FUEL SOL SP0460-97-Q-D780 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96330000740 NSN 1560-00-949-2087, adapter, pressure, fuel 138 -EA Del to New Cumberland PA 17070-5001 Del 60 DARO 97 -EA Del to Norfolk VA 23511-3392 Del 60 DARO see NOTE 22, intended sources: shaw Aero devices, Parker Hannifin Corp and Cla-Val Co. Unrestricted. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Drawing number: MS24484-5 - drawings interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008034) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, TRAILING EDGE SOL SP0460-97-Q-D764 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact M. langford/BT 992/804-279-6645 contracting officer Alexander Stuart/ 804-279-3504 DESC: PR-NO: YPG96323000514 NSN 1560-00-682-6141, panel, trailing edge Lockheed Martin Corp CAGE 98897 P/N 3W33734-102 sources: Specialty Engineering Inc CAGE 60607 honeycomb Co of America Inc CAGE 99115 53 -EA Del to New Cumberland PA 17070-5001 Del 120 DARO see NOTE 22, intended sources: Lockheed Martin Corp - 98897, Specialty Engineering Inc - 60607 and honeycomb Co of America Inc - 99115. More than one source. Unrestricted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008071) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LATCH ASSEMBLY SOL SP0460-97-Q-D778 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact M. langford/BT 992/804-279-6645 contracting officer Alexander Stuart/ 804-279-3504 DESC: PR-NO: YPG96323000518 NSN 1560-00-802-4120, latch assembly Lockheed Martin Corp CAGE 98897 P/N 839175-6 Rev 'a' source: Aero Engineering & Mfg Co CAGE 17772 Rohr Industries CAGE 51563 37 -EA Del to Richmond VA 23297-5900 Del 120 DARO see NOTE 22, intended sources: Lockheed Martin - 98897, Aero Engineering & Mfg Co - 17772 and Rohr Industries - 51563. More than one source. Other than full and open and unrestricted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008072) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: US Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 SUBJECT: 15 -- FAIRING, RTH SOL DAAJ09-96-R-0737 DUE 121396 POC Diane Simpson, Purchasing Agent, AMSAT-A-PLBB, 314-263-0734 - Rita Surgeon, Contracting Officer, 314-263-0742. DESC: NSN: 1560-01-257-1431, P/N: 6110-123-2, 50 ea min/150 ea max, Indefinite Quantity Type Contract for five successive one year ordering periods. Applicable to the AH-64 Aircraft. Proposed D.O. 0001 (50 ea) delivery: FOB Destination for minimum quantity with delivery of 50 ea. New Cumberland, PA at a rate of 25 ea. 360 ADC with subsequent shipments of 25 ea. monthly. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation in accordance with procedures contained in Section L of the solicitation. The Government anticipates entering into a sole source contract with Cox and Company, Inc.. Under the authority of FAR 6.302-1 based on the determination that Government's needs can only be satisfoed by unique supplies available from one source and/or in which there is an existence of limited rights in data. This proposed action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. Firms are encouraged to seek source approval in order to complete for future solicitations. Information on meeting of qualifications may also be obtained from ATCOM, ATTN: AMSAT-R-EB address as shown. Subject to the availability of funds. See notes 26 See Numbered Note(s): 22, 23. CITE: (I-338 SN008406) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components--Potential Sources Sought OFFADD: Taipei Economic And Cultural Representative Office in The United States, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016 SUBJECT: 15--S-2T AIRCRAFT SPARE PARTS SOL EA6170C075 DUE 121796 POC Mr. Hsu, Wei-Kuang, (202) 895-6804. DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires: S-2T AIRCRAFT SPARE PARTS LINK etc., 40 ITEMS. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone: (202) 895-6804, telefax: (202) 966-4578. Persons interested in obtaining a copy of the bidder's package should contact the Division by telefax by DEC 17, 1996. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B ``RATING'' is prefered. All responsible source may submit an offer. CITE: (M-338 SN008281) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PISTON, SPECIAL SOL SP0460-97-Q-C336 DUE 011397 POC Contact: for copies of RFQ solicitations, contach the buyer: Martha Hoyle/BU911/804-27906061 or FAX 804-279-4005. Contracting officer: Vonda Melton DESC: PR-NO: YPG96310000641 NSN 1680-00-467-5630, sargents controls P/N 292648 CAGE 78062 8 -EA Del to Richmond VA 23297-5900 Del by 120 ARO. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007777) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BELT, AIRCRAFT SAFETY, LAP TYPE MD-1 P/N 54H19650 SOL SP0460-97-Q-C339 DUE 011397 POC Contact: for copies of RFQ solicitations, contact the buyer: Martha Hoyle/BU911/804-279-6061 or FAX 804-279-4005. Contracting officer: Vonda Melton. DESC: PR-NO: YPG96283000860 NSN 1680-00-516-6542, I/A/W/ drawing 54H19650 Rev "L" 330 -EA Del to New Cumberland PA 17070-5001 Del by 220 ARO 440 -EA Del to Stockton CA 95296 Del by 220 ARO96. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center Richmond first article testing/GOV't fit verification testing is required. Solicitation will be made in writing. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007803) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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, RUDDER CONTROL. SOL SP0770-97-Q-MF74 DUE 010297 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: YPC96317001463 NSN 1650-01-018-9497, CAGE 82106 Part No 60042-1 piston, rudder control. Parker-Hannifin Corp part number 60042-1 12 -EA Del to Anniston AL 36201 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-337 SN007821) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--SHAFT, VALVE, MODULAT SOL SP0920-97-Q-A082 DUE 011697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96289001101 NSN 1660-00-288-5446, CAGE 59364 Part No 3161799-1 no additonal decriptive data available ATT. 224 -EA Del to Lathrop CA 95330 Del by 10 Dec 96. All responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007851) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--LINING, FRICTION. ON MCDONNELL DOUGLAS MODEL A-4 AIRCRAFT. SOL SP0740-97-R-2282 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 Sara Hansford/AEBA1/614-692-3644 DESC: PR-NO: YPC96299000786 NSN 1630-01-201-7002, CAGE 0B9R9 Part No 9523286-1 lining, friction. I/A/W Aircraft Braking Systems Corp. P/N 9523286-1. 1,913 -EA Del to New Cumberland PA 17070-5001 Del 60 days after award 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-338 SN007957) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--LEVER, REMOTE CONTROL SOL SP0460-97-Q-D763 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96332000405 NSN 1680-01-092-1983, lever, remote control IAW Sikorsky Aircraft CAGE 78286 Dwg 70400-01608 Rev "E" dated 13MAY86 & Atcom CAGE 81996 procurement package #70400-01608 Rev "B" P/N 70400-01608-042 195 -EA Del to Stockton CA 95296 Del 240 DARO 50 -EA Del to Jacksonville FL 32212-0097 Del 240 DARO see NOTE 22, intended sources: Tek precision, Sikorsky and dulond tool & engineering. Other than full and open and unrestricted. First article test required. QPL - FAR 52.209-1 OR 52-209-2 - see NOTE 23. Option to increase quantity. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008035) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BELLCRANK ASSY SOL SP0460-96-Q-AN34 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Cynthia Sumner /BT964/804-279-5990 contracting officer Alexander stua RT/804-279-3504 DESC: PR-NO: YPG96253000622 NSN 1680-00-073-2490, bellcrank assy Boeing helicopters CAGE 77272 P/N 107S4289-1 39 -EA Del to Cherry Point NC 28533-5001 Del 60 DARO see NOTE 22, intended source: Boeing helicopter. Unrestricted. Solicitation will be made in writing and orally. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008063) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BOOT ASSEMBLY, RH YAW PEDAL SOL SP0460-97-Q-D768 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96302001904 NSN 1680-01-099-2336, boot assembly, RH yaw pedal IAW Sikorsky Aircraft CAGE 78286 Dwg 70400-01622 Rev "C" & Atcom CAGE 81996 procurement package #70400-01622 Rev "basic" P/N 70400-01622-044 595 -EA Del to New Cumberland PA 17070-5001 Del 240 DARO 201 -EA Del to Stockton CA 95296 Del 240 DARO see NOTE 22, intended sources: AGH Industries, Aero Components, airborne Industries, the Conrad Co, hyland Industries and Rotair Industries. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Option to increase qty. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008065) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BRAKE ASSY, MAGNETIC SOL SP0460-97-Q-D773 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96326000430 NSN 1680-01-178-4944, brake assy magnetic E-Systems Inc CAGE 83777 P/N MP-498-64 memcor-truohm Inc CAGE 24861P/N MP-498-64 42 -EA Del to New Cumberland PA 17070-5001 Del 180 DARO 28 -EA Del to Stockton CA 95296 Del 180 DARO see NOTE 22, intended sources: e-systems and memcor-truohm Inc. Unrestricted. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008076) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--RESTRAINT SYSTEM, TROOP SEAT SOL SP0460-97-Q-D781 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96332000407 NSN 1680-01-175-7173, restraint system, troop seat Sikorsky Aircraft Corp CAGE 78286 P/N 70500-02153-103 revision "F" sources; Pacific Scientific Co CAGE 45402 Koch H and sons CAGE 99449 63 -EA Del to Corpus Christi TX 78419 Del 60 DARO 100 -EA Del to New Cumberland PA 17070-5001 Del 60 DARO 48 -EA Del to Stockton CA 95296 Del 60 DARO see NOTE 22, intended sources: Pacific Scientific Co and H Koch & sons. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008077) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--CONNECTOR CATAPULT.******************** ************************ **** SOL SP0760-97-R-2821 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) K. Tinker parks, (6 14)692-3989. DESC: PR-NO: NPC96233000538 NSN 1720-00-130-7453, CAGE 80020 Part No 511302-1L connector catapult. MFG.I/A/W Navy dwg.80020 511302 to latest Rev. P/N 511302-1L. 11 -EA Del to New Cumberland PA 17070-5001 Del by 365 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 drawins 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) 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-337 SN007817) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--ENGAGING DEVICE, AIRCRAFT ARRESTING BARRIER. SOL SP0770-97-Q-MD37 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) Michael Cordi (614) 692-4763 DESC: PR-NO: YPC96291000873 NSN 1710-01-183-2030, CAGE 21439 Part No 52C1460-4 engaging device, aircraft arresting barrier. Engineered systems (21439) P/N 52C1460-4. 12 -EA Del to Richmond VA 23297-5900 Del by 90 days ADO. See NOTE #1. 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 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 decision price may be based upon a combinatio of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007915) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--COVER, AIRCRAFT GROUND SERVICING. PLASTIC LAMINATE AND STEEL MATERIAL. CONSISTS OF 1 SOL SP0740-97-Q-0486 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 Esther Hayden/AEBB2/614-692-4727 DESC: PR-NO: YPC96318000547 NSN 1730-00-399-1203, CAGE 22539 Part No 68D050066-1001 CAGE 76301 Part No 68D050066-1001 cover, aircraft ground servicing. plastic laminate and steel material. consists of 1 cover, 1 handle, 1 core, 6 doublers, 4 seals, and miscellaneous hardware. approximate overall dimensions: 10.4 inches Long, 9 inches wide, and 0.015 inch thick. procured in acordance with McDonnell aircraft company drawing number 68D050066, part number 68D050066-1001. * 124 -EA Del to New Cumberland PA 17070-5001 Del 120 days after award. 33 -EA Del to Lathrop CA 95330 Del 120 days after award. 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, PO Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. requests should include the IFB/RFP/RFQ number, opening/closing, 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 solcitation. 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-338 SN007919) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 20--LINER, SEAL. SOL SP0760-97-Q-0019 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cara Y James, 614-6 92-1090 DESC: PR-NO: YPC96267001544 NSN 2010-01-271-6156, CAGE 1CC97 Part No 430206-01 liner, seal. 2 -EA Del to see Preface to Navy address Co Del by 90 days after date of award. Small business size standard is 1000 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 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. This request will be issued via a written RFQ. The estimated award date is 13 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-337 SN007820) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 20-BEARING,STERN TUBE SOL N0010497RAB55 DUE 012197 POC Contact Point, Andrea M Reisser, 846.2, (717)790-1429, Fax, (717)790-3339, Twx, Not-avail, Contracting Officer, Anthony J Smiraglia, 846, (717)790-1766 DESC: NSN 7H-2010-01-164-9846, SPEC NR TDP VER 001, Qty 2 EA, Deliver to Trident Refit Facility Silverdale WA , Contract 100 Percent Small Business Set Aside, See Note 9 CITE: (I-338 SN007980) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--SHOCK ABSORBER, DIRECT ACTION SUSPENSION SOL SP0750-97-Q-0363 DUE 011497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Sharon Harper, (614)692-1170. DESC: PR-NO: YPC96304000975 NSN 2540-00-318-0185, CAGE 01227 Part No 8376956 CAGE 16236 Part No CS2540-0013 CAGE 19207 Part No 8376956 CAGE 72560 Part No 5518467 shock absorber, direct action. in accordance with U.S. Army Tank Automotive command drawing 8376956. PR-NO: YPC96304000974 51 -EA Del to (Call contracting office) Del by 30 days after date of award. See NOTES 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: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/ RFP/RFQ number, opening/closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-337 SN007826) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SIDE RACK, VEHICULAR. ON M35A2C 2-1/2 TON TRUCK. SOL SP0750-97-R-0295 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) Shirley Walker (614 ) 692-3515 DESC: PR-NO: YPC96205000632 NSN 2510-00-124-1297, CAGE 19207 Part No 10937880 side rack, vehicular. Made per TACOM drawing 19207 10937880 and all all latest revisions. PR-NO: YPC96310002618 614 -EA Del to New Cumberland PA 17070-5001 Del by 78 days after date of award. 783 - EA Del to Lathrop CA 95330 Del by 78 days after date of award. 579 -EA Del to Barstow CA 92311-5014 Del by 78 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 specificaitons, cannot be provided by DSCC. This is an unrestricted acqusition 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. While price will be 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-338 SN007911) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--SUPPORT (WELDED CONSTRUCTION). STEEL. SOL SP0750-96-Q-0371 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) Robert Garman (614) 692-1329 DESC: PR-NO: YPC96128000623 NSN 2590-00-851-4973, CAGE 19207 Part No 10864473 support (welded construction) I/A/W U.S. Army drawing number 10864473. 57 -EA Del to Anniston AL 36201 Del by 11 Aug 96. 128 -EA Del to New Cumberland PA 17070-5001 Del by 11 Aug 96. See NOTE 1. Small business size standard is 750 employees. Solicitation not available until 15 days after publsihed 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 address. Federal, military and commercial specification cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery and past performance as described in this solicitation. This MOD is being issued for the cancellation of the above solicitation for RFQ material no large required. CITE: (I-338 SN007951) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CUSHION, SEAT BACK, VEHICULAR. SOL SP0770-97-Q-MF67 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) Laurie Gambert/614692-4279 DESC: PR-NO: RPC96326001653 NSN 2540-00-460-5826, CAGE 07231 Part No GS4963 CAGE 19207 Part No 11640526 cushion, seat back, vehicular. I/A/W TACOM (19207) Dwg 11640526. 382 -EA Del to Texarkana TX 75507 Del by 90 days ADO. 585 -EA Del to New Cumberland PA 17070-5001 Del by 90 days ADO. 558 -EA Del to Lathrop CA 95330 Del by 90 days ADO. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be 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-338 SN007952) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--TROOP SEAT, SIDE RACK, RIGHT SIDE. MOL-C-53072 CITED IN NOTE 1 OF DRAWING 8758139, SOL SP0750-97-Q-0391 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) Shirley Walker (614 ) 692-3515 DESC: PR-NO: YPC96019001394 NSN 2540-01-085-3588, CAGE 19207 Part No 8758139 troop seat, side rack, right side. used on 5 ton trucks. in accordance with U.S. Army drawing number 8758139, part numb 8758139. 211 -EA Del to Lathrop CA 95330 Del by 190 days after date of award. See NOTE 1, 9. 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 address. Federal, military and commercial specifications, cannot be provided by DSCC. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a signficant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivey as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007953) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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. SOL SP0750-97-Q-0336 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) William Chavez (614 ) 692-1288 DESC: PR-NO: YPC96149001269 NSN 2590-01-344-8256, CAGE 45152 Part No 1878580 U winch, drum, vehicle mounting. Oshkosh Truck (45152) Part No. 1878580 U 8 -EA Del to New Cumberland PA 17070-5001 see NOTE 22. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not avaialble. This is an unrestricted acquisition with a 10% preference for SDB concerns. 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 combiantion of price and past performance, as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007954) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--LOCK, COMPRESSOR BLADE SOL SP0480-97-Q-J849 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: DSCR-JLP Richmond VA 23297-5876. KO: Fredrick R. and erson/279-5405. DESC: PR-NO: YPG96311000434 NSN 2840-00-962-6751, seal, first stage 77445 Pratt and Whitney Acft critical application item I/A/W Dwg NR TDPL 007673663-96274 basic DTD 96 Sep 30 I/A/W Dwg NR 77445 387294 Rev B basic DTD 72 Apr 17 5,120 -EA Del to New Cumberland PA 17070-5001 Del 60 days. 5,120 -EA Del to Tracy CA 95376-5000 Del 60 days. 11,370 -EA Del to Tinker AFB OK 73145-9013 Del 60 days. Unrestricted. Anticipated award date is 01/22/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007779) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SEAL, FIRST STAGE SOL SP0480-97-Q-J845 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Charlene Hall/PLBL571/804-279-6093 write DSCR Attn: D scr-jlp Richmond VA 23297-5876. KO: Fredrick R. anders on/279-5405. DESC: PR-NO: YPG96313000340 NSN 2840-00-767-3663, seal, first stage 77445 Pratt and Whitney Acft critical application item I/A/W Dwg NR TDPL 007673663-96274 basic DTD 96 Sep 30 I/A/W Dwg NR 77445 387294 Rev B basic DTD 72 Apr 17 full and open competition apply. 78 -EA Del to New Cumberland PA 17070-5001 Del 60 days. 142 -EA Del to Tracy CA 95376-5000 Del 60 days. Unrestricted. Anticipated award date is 01/22/97. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from DGSC. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007780) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--PLATE, BEARING RETAINING SOL SP0480-97-Q-J846 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Charlene Hall/PLBL571/804-279-6093 write DSCR Attn: D scr-jlp Richmond VA 23297-5876. KO: Fredrick R. anders on/279-5405. DESC: PR-NO: YPG96304000471 NSN 2840-00-830-9342, plate, bearing retaining Allison Engine Co (CAGE 63005) P/N 6808893 adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 30 -EA Del to New Cumberland PA 17070-5001 Del 60 days. 30 -EA Del to Tracy CA 95376-5000 Del 60 days. Unrestricted. Other than full & open comp (sole source). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007806) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--VALVE, POPPET, ENGINE. ON AVDS 1790 SERIES ENGINES. SOL SP0750-97-Q-0381 DUE 011397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Dee Schneider (614) 692-3483 DESC: PR-NO: YPC96320000908 NSN 2815-00-150-7407, CAGE 19207 Part No 11610010 valve, poppet, engine per TRW Inc. (TRW valve DIV.), P/N 11610010. no technical data available at DSCC for this solicitation. 765 -EA Del to (Call contracting office) Del by 60 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 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. automated baes value model (ABVM) and delivery evaluaiton factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combiantion of price, delivery and past performance as described in the solicitaiton. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007962) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--RACE, OUTER SOL SP0480-97-Q-J848 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: DSCR-JLP Richmond VA 23297-5876. KO: Fredrick R. and erson/279-5405. DESC: PR-NO: YPG96310003566 NSN 2995-00-962-0994, RACE, Outer Parker-Hannifin Corp (CAGE 59211) P/N 648869 29 -EA Del to Richmond VA 23297-5900 Del 60 days. Unrestricted. Other than full & open comp (sole source). Anticipated award date is 01/22/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007778) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--MOUNT SUBASSY, DYNAF SOL SP0480-97-R-0406 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Alice Collier/PLBL570/804-279-4556. KO: stephe N M. Mason/279-3724. DESC: PR-NO: YPG96248000972 NSN 2995-00-756-9914, Mount subassy, dynaf Lord Corp (CAGE 76005) P/N LM200SA38 100 -EA Del to New Cumberland PA 17070-5001 Del 150 days. Option to Inc qty 100%. Unrestricted. Other than full & open comp (sole source). Trade Agreements Act (see NOTE 12). Critical application item. 100% qunatity option included in solicitation. Specification (see NOTE 9). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007802) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--SPOOL AND SLEEVE SOL SP0480-97-Q-J847 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: DSCR-JLP Richmond VA 23297-5876. KO: Fredrick R. and erson/279-5405. DESC: PR-NO: YPG96292000961 NSN 2995-00-915-7849, spool and sleeve Vickers Inc (CAGE 62983) P/N 603432 125 -EA Del to Cherry Point NC 28533-5001 Del 60 days. Unrestricted. Other than full & open comp (sole source). Anticipated award date is 01/22/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007804) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--POPPET ASSY, REGULATOR SOL SP0480-97-Q-J759 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Cheri Warriner/PLBL372/804-279-3452 or write DSCR at TN: DSCR-JLP Richmond VA 23297-5876. KO: Donna cartwrig ht/279-3774. DESC: PR-NO: YPG96295001448 NSN 2995-00-752-5212, poppet assy, regulator e-system Inc (CAGE 79294) P/N 41A809 255 -EA Del to Tinker AFB OK 73145-9013 Del 88 days. Unrestricted. Other than full & open comp (sole source). Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007805) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--KIT, ENGINE MOUNT SOL SP0480-97-Q-J844 DUE 011797 POC Contact: for copies of RFQ solicitations, contact the buyer: Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: DSCR-JLP Richmond VA 23297-5876. KO: Fredrick R. and erson/279-5405. DESC: PR-NO: YPG96304000499 NSN 2995-01-115-3511, kit, engine Mount Lord Corp (CAGE 76005) P/N LM-204-SA50 140 -KT Del to New Cumberland PA 17070-5001 Del 60 days. 200 -KT Del to Tracy CA 95376-5000 Del 60 days. Unrestricted. Other than full & open comp (sole source). Anticipated award date is 01/22/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007807) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--HOUSING, FUEL CONTROL. SOL SP0770-97-Q-MD10 DUE 122096 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) Saundra Gordon/pccr BA1/614-692-3414 DESC: PR-NO: YPC96179000861 NSN 2910-00-225-1675, CAGE 99193 Part No 698870-6 housing, fuel control, allied-signal Inc. P/N 698870-6 215 - EA Del to Kelly AFB TX 78241-5312 Del 270 days after date of award. PR-NO: YPC96152000734 46 -EA Del to Kelly AFB TX 78241-5312 Del 270 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-337 SN007818) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--EXHAUST SYSTEM, ENGINE. SOL SP0740-97-R-1155 DUE 012197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Connie Giggi/614-69 2-4719. DESC: PR-NO: YPC96313000988 NSN 2990-01-325-1868, CAGE 63631 Part No 83-14541 CAGE 90598 Part No 83-14541 exhaust system, engine. developmental sciences Inc P/N 83-14541. 22 -EA Del to New Cumberland PA 17070-5001 delivery 150 days after date of award 5 -EA Del to Lathrop CA 95330 delivery 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 is an unrestricted acquisition with a 10 % perference for SDB concerns. This acquisition is for supplies for which the Gov't does not possess complete, unrestrictive technical data; therefore, the Gov't intends to solicit/contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: 63631, 90598. Automated Best Value Model (avbm) 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. Deivery 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 (avbm) 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-337 SN007828) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--SHAFT, SPROCKET SOL SP0760-97-Q-0179 DUE 010897 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)David beckwith (614) 692-3455 DESC: PR-NO: YPC96302002078 NSN 3040-01-055-5937, CAGE 05606 Part No 167C2239 shaft, sprocket. Lockheed Martin Corp P/N 167C2239. 208 -EA Del to Lathrop CA 95330 Del by 27 Jun 97. 63 -EA Del to New Cumberland PA 17070-5001 Del by 27 Jun 97. 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.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: Lockheed martin.delivery evaluation factor (DEF) applies.while price is a significant factor in the evaluation of offers, the final award decision will be basedd upon a combination of price and past performance as described in this solicitation.this request will be issued via a written rfq.the estimated award date will be 16 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-337 SN007823) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--HOUSING, MECHANICAL DRIVE (HOUSING ASSEMBLYCONVERTER LOCK-UP CLUTCH). SOL SP0570-97-R-0380 DUE 011397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Dee Schneider (614) 692-3483 DESC: PR-NO: YPC96291000990 NSN 3040-00-762-4507, CAGE 19207 Part No 8351034 housing, mechanical drive (housing assemblyconverter lock-up clutch) I/A/W U.S. Army drawing number 8351034. 34 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. Solicitation not 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. This is an unrestriced acquisiton 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 combiantion of price and past performance as described in the solicitaiton. Delivery Evaluation Factor (DEF) applies. While priceis 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 delviery 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. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007916) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR, SPUR, ON AIRCRAFT, F/A-18 SOL SP0770-97-Q-MF76 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) Beverly Craig/pccrb A9/614-692-3064 DESC: PR-NO: YPC96298001155 NSN 3020-01-128-4678, CAGE 70210 Part No 2040783-1 gear, Spur, used on F/A-18 aircraft allied-signal P/N 2040783. no additional Tech data available at DCSC. 55 -EA Del to Jacksonville FL 32212-0097 Del 90 days after date of award. 67 -EA Del to San Diego CA 92136-0000 Del 90 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 unresticted acquisition with a 10% preference for SDB concerns. It is suggested that small business firms or others interested in subcontracting opportunities make direct contact with firm(S) listed. 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. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007955) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--BALL JOINT, (FIXED) ON AM GENERAL HMMWV M966 SERIES VEHICLE. SOL SP0770-97-Q-MF66 DUE 012097 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) Renee L Frederick ( 614)692-3198 DESC: PR-NO: YPC96303000772 NSN 3040-01-189-1637, CAGE 34623 Part No 5740551 CAGE 62826 Part No 227-0082 joint assembly, differential. technical data is proprietary and can not be released. GKN automotive components Inc., CAGE 62826, P/N 227-0027. 285 -AY Del to New Cumberland PA 17070-5001 Del by 04 Oct 97. 200 -AY Del to Lathrop CA 95330 Del by 04 Oct 97. See NOTE 1. 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) 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-338 SN007959) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- AMENDED - - COUPLING, HALF SOL DAAJ09-97-R-0167 DUE 123196 POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263- 2048, or June Tharp, Contracting Officer, (314)263-0800; FAX (314)263- 9012. DESC: This Synopsis is hereby amended to remove Fenn Manufacturing as an source which will be solicited due to the Small Business Set Aside Criteria. NSN: 3040-01-368-6667 PN: 70351-08206-102, 222 Each, applicable to the UH-60 Aircraft. F.O.B. Destination with deliveries to Texarkana, TX. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. This procurement is currently source controlled to the the approved sources. Firms that recognize and can produce the required item(s) described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. Approved sources are Bill-Jay Machine, Purdy Corporation, Apex Manufacturing, Rotair Industries, Precision Gear Incorporated, W&G Machine Company, and Equitable Engineering. All responsible sources may submit an offer which will be considered. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. Authority and justification is FAR 6.302-1. Intended source is listed above. The principle medium which the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD Reader are required. See Numbered Note 26. See Numbered Note(s): 1. CITE: (I-338 SN008415) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 63120-1798 SUBJECT: 31 -- BEARING,BALL,ANNULA SOL DAAJ09-97-R-0156 DUE 010797 POC Fleurelle Humphrey,Contract Specialist,AMSAT-A-PLBB,314-263-2985, Carol Woeheide,Contracting Officer,314-263-0779. DESC: NSN 3110-01-202-6680,Boeing P/N 114DS669-3/5, Applicable to the CH-47 Aircraft. The Government intends to issue a Indefinite Delivery Indefinite Quantity, Firm Fixed Price Type Contract with five consecutive ordering periods. The minimum quantity is 76 each and the maximum quantity is 213 each. Delivery will be FOB Destination for the first ordering period and FOB Origin for the subsequent ordering periods. Required delivery is 360 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 One Source or 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 Helicopters, Ridley Park,PA and FAG Bearings LTD, Stratford ONN5A 6T2 Canada. Only approved sources who have successfully completed the required engineering test will be considered for award of this 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 encouraged to seek source 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, Fleurelle Humphrey, Contract Specialist, on 314-263-9012. Number Note(s) 23 and 26. CITE: (I-338 SN008397) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 34 -- CHEMICAL REAGENTS/TEST KITS SOL N00406-97-R-4031 DUE 011297 POC K. Palmer DESC: replacement parts for kat p-type travel carriage manufactured by gullco international.. quantity of each part is 16 each and parts include a semi-automatic gun holder assembly, cable support assembly, rack arms, wheel assembly, remote control pendant, pendant control, motorized rack boxes, limit switch assemblies, and travel carriage tracks. desired delivery is 60 days after contract award. inspect and accept at destination, fob destination to puget sound naval shipyard, bremerton wa this is being solicited as an only-known source requirement to gullco international. offers will be considered by the fleet & industrial supply center, puget sound. telephone requests will not be honored. fax requests to (360) 476-2931. CITE: (I-338 SN008110) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: OPTEC CONTRACTING ACTIVITY, BLDG 91035, P.O. BOX Y, FORT HOOD TX 76544-5056 SUBJECT: 35--DATA RECORDER FOR A VIDEO TELEMETRY AND RECORDING SYSTEM (VTRS) BASE STATION SOL DATM01-97-R-0006 DUE 012097 POC Contract Specialist Russell Taylor (817) 288-9722 (Site Code DATM01) DESC: The Government has a requirement to procure a Data Recorder for a Video Telemetry and Recording System. The Data Recorder for the VTRS Base Station must have the following characteristics and features: Merge 24 independant PCM data streams for recordng, maximum rate per stream 5 Mbps input stream, 36 Mbps aggregate input stream, time tag data streams with IRIG or GPS timing signals, digital recording format, SCSI interface for remote operation, playback data in original format, and capability to cascae to a second recorder when the first one fills with data. This is a Firm Fixed Price Contract. Tentative Issue Date is 18 December 1996. This is 100% Set-Aside for Small Business Concerns. All requests are to be made in writing. No telephonic requests will be accepted. CITE: (I-338 SN008214) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37, Hines, IL 60141 SUBJECT: 35 -- VARIOUS COMMERCIAL LAUNDRY EQUIPMENT INCLUDING INSTALLATION SOL M6-1-97 DUE 011797 POC Janet B. Blazek (708) 786-5253 DESC: Delivery and installation of the following: Drying and conditioning tumbler (400-pound capacity), 1 each, and external lint collector (1 each) within VA Medical Center, One VA Center, Togus, Maine 04330; Flatwork ironer, 1 each, folder-crossfolder, 1 each, and sheet stacker, 1 each, within VA Medical Center, 4815 N. Assembly Street Spokane, Washington 99205-6197; Washer-extractor (600-pound capacity), 2 each, within VA Medical Center, 300 Veterans Blvd., Big Spring, Texas 79720. Solicitation will be issued on or about December 23, 1996. Requests for copies of the solicitation must be received in writing. See Note 12. CITE: (I-338 SN008431) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: 16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190 SUBJECT: 39--FURNISH STORAGE AND RETRIEVAL SYSTEM SOL F0862096T8255 DUE 010797 POC Louise Peterson, Contract Specialist, 904-884-3264; Scott Ilg, Contract Officer DESC: 17. 39 -- Furnish Storage and Retrieval System, Solicitation F08620-96-T8255, due 1/7/97. Contact Louise Peterson at 904-884-3264. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Solicitation F08620-96-T8255, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 90-41. This requirement is 100% set aside for small business; the standard industrial classification code is 3536 and the small business size standard is 500 employees. The successful contractor shall provide delivery, FOB Destination. Description of Requirement -- Storage/Retrieval system with racks to consist of two outside rows and one middle row; with the outside run at least 35 feet with 2-1/2 feet runouts at each end. Outside rows must not exceed an overall system length of 40-1/2 feet. The outside rack bays must be 116" wide and 40" deep and 28" high to accommodate the size of the weapons alternate mission equipment which will be stored on them. Individual rack positions must support a minimum of 4850 pounds. Overall rack capacity must be able to support a total of 235,000 pounds and 48 above-ground pallet spaces. Individual rack height must not exceed 13 feet 1 inch so a minimum clearance of 3 feet 5 inches is available from the top of the rack to the ceiling to allow for trolley travel. Overall height of rack and trolley must not exceed 16 feet 6 inches and allow a minimum of 18 inches from top of structure to fire suppression sprinkler heads. Clearance under the end trolley rails must be a minimum of 11 feet 7 inches to allow motor vehicle clearance. The following also apply: (a) amperage of electrical components must be 25 amps or less; (b) electrical motors must be built for high frequency of starts and stops; (c) electrical controls must be programmable and support variable speeds; (d) attached forklift must support 3,000 lbs on two 40" forks, must have overhead canopy for operator protection, and must allow 360 degree rotation (can be single speed rotation); (e) attached electric chain hoist must be rated to 4,000 lbs capacity; (f) maximum voltage is 220 volt, 3 phase, 60 hertz for forklift runway; (g) controls must operate on 120 volt, 3 phase, 60 hertz circuit; (h) wire decking pallets must be utilized for sprinkler access to all bay levels; (i) system should include 4 pallet tubs for storage of small items and two heavy-duty storage cabinets for storage of system components when reconfigured; (j) system must include a warning bell which operates when system is energized; (k) rail system must include stops for end of travel limits; (l) minimum one-year warranty. All offers for this solicitation will require the offeror to complete on-site measurements of the facility. Failure to complete on-site measurements would render the bid questionable. The offeror shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications, Commercial Items. The offeror is advised that FAR provisions 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, applies to this acquisition. FAR 52.212-1, Instructions to Offerors--Commercial Items, is amended to read: "Submit signed and dated offers in three copies to 16 CONS/LGCS, P. O. Box 9190, 350 Tully Street (Mail Stop #39), Hurlburt Field, FL, 32544. Offers may be submitted on letterhead stationery and at a minimum must show: (1) the solicitation number (F08620-96-T8255); (2) the time specified for receipt of offers (7 Jan 97); (3) The name, address, and telephone number of the offeror; (4) a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, drawing, or other documents if necessary; (5) terms of any express warranty; (6) price and discount terms; (7) "remit to" address, if different from mailing address; (8) a complete copy of the representation and certifications at FAR 52.212-3; (9) acknowledgement of solicitation amendments, if any; (10) past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar equipment and other references (including contract numbers, points of contacts with telephone numbers and other relevant information); and (11) if the offer is not submitted on SF 1449, include a statement specifying the extent of agreement with all terms and conditions, and provisions included in the solicitation. The proposal must be signed by an official authorized to bind your organization. Offers that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-2, Evaluation--Commercial Items, is amended to read: "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government anticipates award of a firm-fixed price purchase order. The following factors (in descending order of importance) shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) past performance, including warranty repairs and repair response time; (3) delivery time; (4) price (including FOB destination charges). For evaluation of past performance, offerors are required to submit information pertaining to previous sales to other government activities or to private companies. Include contract number, date of purchase, amount of purchase, and name/address/phone number of purchaser. Failure to submit this information for evaluation will result in subpar scoring in the applicable area of evaluation." Questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to Louise Peterson and addressed to 16 CONS/LGCS at 904-884-5372 to arrive not later than 12 December 1996. A site visit is scheduled for 17 December 1996 at 8:30 am, with an alternate date of 18 December. Contact Louise Peterson at 904-884-3264 of your intention to attend. Site visit attendees will meet at the 16CONS/LGCS conference room, Bldg 90339, and will be escorted to Bldg 90640, the installation site. See Numbered Note 1. CITE: (W-338 SN008473) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--HOOK, PELICAN TRANSTECHNOLOGY CORP BREEZE-EASTERN DIV (08484) SOL SP0500-97-Q-D590 DUE 122496 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Sharon Zeenkov/VBB51/X6975 buyer: Sharon Zeenkov/VBB51/X6975 DESC: PR-NO: YPI96248000879 NSN 4030-01-225-0976, 1 -EA Del to San Diego CA 92135-7033 Del by 08 Sep 96. 50 -EA Del to New Cumberland PA 17070-5001 Del by 31 Dec 96. RFQ due date 96 Dec 24 specs: Transtechnology Corp(08484) P/N BL-7430-1 primary quantity: 50 deliveries to CONUS(excluding Alaska). Delivery schedule: 120 days. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract 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: transtechnolgy Corps. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-337 SN007839) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--CHAIN ASSEMBLY, SLING SEI SYSTEMS & ELECTRONICS INC (98255) SOL SP0500-97-Q-D538 DUE 010297 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/X9238 buyer: bobo Kubiak/VAB22/X9238 DESC: PR-NO: YPI96269000693 NSN 4010-01-361-7266, 47 -EA Del to Mechanicsburg PA 17055-0789 Del by 23 Nov 96. RFQ due date 97 Jan 02 primary quantity: 92 deliveries to CONUS(excluding Alaska) delivery schedule: 240 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-337 SN007841) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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, PISTON ASSEMBLY, COMPRESSOR. SOL SP0770-97-Q-MF17 DUE 011497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mary lusco-ashley, X1320. DESC: PR-NO: YPC96270001452 NSN 4310-01-230-8537, CAGE 00153 Part No 225640 parts kit, piston assembly, compressor. New SD Inc (CAGE-00153); P/N 225640. 19 -EA Del to Albany GA 31704 Del by 23 Dec 96 or deliver within 90 days after award. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007914) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--PUMP, ROTARY. SOL SP0770-97-Q-MF70 DUE 011397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Rick Miller, X1149. DESC: PR-NO: YPC96318000507 NSN 4320-01-321-2569, CAGE 07309 Part No P-1-29-17 CAGE 59180 Part No SF10967 pump, rotary. Bird Johnson CAGE: 07309 Part No: P-1-29-17 and IMO Industries CAGE: 59180 Part No: SF10967. 1 -EA Del to see Preface to Navy address Co Del by 28 Oct 96 or deliver within 100 days after award. 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.this acquisition is for supplies for which the GOVT. does not possess complete, unrestrictive technical data; therefore, the GOVT. intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). approved sources are: bird-johnson Co. and IMO Industries Inc. 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 this solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007918) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--FILTER ELEMENT, FLUID. SOL SP0770-97-Q-MF73 DUE 011397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Dan Rodgers, X2590. DESC: PR-NO: YPC96311001024 NSN 4330-01-407-3548, CAGE 13573 Part No i-44087 filter element, fluid. I/A/W Velcon filters Inc, P/N: i-44087. 60 -EA Del to McClellan AFB CA 95652-1621 Del by 30 Jan 97 or deliver within 120 days after award. 136 -EA Del to Kelly AFB TX 78241-5312 Del by 30 Jan 97 or deliver within 120 days after award. 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. this acquisition is for supplies for which the GOVT. does not possess complete, unrestrictive technical data; therefore, the GOVT. intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). approved sources are: Velcon filters Inc. 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 this solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance, as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007960) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--COOLER, FLUID, INDUSTRIAL. SOL SP0750-97-Q-0334 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) William Chavez (614 ) 692-1288 DESC: PR-NO: YPC96298001191 NSN 4420-01-207-6074, CAGE 09647 Part No 651-07626-000 "cooler, fluid, industrial. Aqua-Chem Inc Water Technologies Div. P/N 651-D-7626. no technical data available at DCSC for this solicitation." 2 -EA Del to Tracy CA 95376-5000 Del by 120 days after date of award. See NOTE 22. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combiantion of price and past pereformance, 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 combiantion of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007956) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 010897 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Robert Schneider, 6 14-692-1743 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 by 90 days after date of 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 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. This request will be issued via a written RFQ. The estimated award date is 07 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-337 SN007819) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS AVENUE, BLDG 198, FT LEAVENWORTH KS 66027-1389 SUBJECT: 45--MISCELLANEOUS BOILERS AND PARTS SOL DABT19-97-B-0002 DUE 030497 POC Contract Specialist GEORGIA VESTAL (913) 684-2091 Contracting Officer ELIZABETH M. BORNMAN (913) 684-2091 (Site Code DABT19) DESC: Boilers, Hydro Therm Models AM-150, AM-300, and VGA-400 BS or EQUAL; miscellaneous parts, various quantities, FOB Destination, Ft. Leavenworth, Kansas. Requirements contract with no guaranteed minimum for the period 1 Apr 97 or date of award, whichevr is later, thru 31 Mar 98. This acquisition is Unrestricted. The size standard for a small business concern is NTE 500 employees. This is a Firm Fixed Unit Price contract. The Standard Industrial Code for this acquisition is 5074. IFB to be issued on or aout 31 Jan 97. All requests for IFB should be in writing and reference DABT19-97-B-0002. Contractor shall indicate their Taxpayer Identification Number and if they are a women-owned, minority business concern, small or large business firm. There is a charge for solicitation documents. A certified check made payable to the "U. S. Treasury" in the amount of $20.00 shall accompany the request. No telephone or faxedrequests will be accepted. CITE: (I-338 SN008221) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: Department of Veterans Affairs Palo Alto Health Care System,3801 Miranda Ave., Palo Alto, CA 94304 SUBJECT: 45 -- MEDICAL WASTE TREATMENT SYSTEM SOL 640-46-97 DUE 011497 POC Pamela Mondrey, Contracting Officer, at 415-493-5000 ext. 673763 DESC: VAPA Health Care System, Palo Alto Division intends to purchase a medical waste treatment system capable of accepting all infectious waste, excluding chemo waste. The system should operate through the use of negative air pressure and a system of HEPA filters. The complete system shall include installation, training, and on-site services for two weeks minimum. The successful bidder will also provide the initial permits necessary to install the system and will have the system ready for utility connections by others. Only written or faxed (415-852-3443) requests for solicitations will be accepted. Issue date will be on or about 12/11/96. CITE: (I-338 SN008413) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 46--SUPPORT ASSY, COALES SOL SP0900-97-T-3307 DUE 011697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96305000059 NSN 1660-01-193-8832, CAGE 70210 Part No 195790-1 28 -EA Del to New Cumberland PA 17070-5001 Del by 21 Dec 96. 18-EA Del to Lathrop CA 95330 Del by 21 Dec 96. Please quote price breaks modification: the solicitation number is changed from SP0 900 97 T 3307 to SP0 920 97 Q A081 all responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007854) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 46--VALVE ASSY, ANTI G SOL SP0920-97-Q-A085 DUE 011697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96138000499 NSN 1660-00-927-7750, CAGE 26512 Part No 128SCAB105-5 CAGE 88535 Part No 7050A1 8 -EA Del to New Cumberland PA 17070-5001 Del by 04 Jan 97. 31 -EA Del to Lathrop CA 95330 Del by 04 Jan 97. 7 -EA Del Mechanicsburg PA please quote price breaks and phased delivery. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008193) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. SOL SP0750-96-R-0614 DUE 011097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Carol Black, (614)692-1346. DESC: PR-NO: NPC95195001031 NSN 4710-01-129-3975, CAGE 99207 Part No 5033T88G01 tube assembly, metal. I/A/W General Electric, P/N: 5033T88G01. 222 -EA Del to Tracy CA 95376-5000 Del by 90 days after date of award. 152 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 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: General Electric. 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-337 SN007816) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TRAP, STEAM. STAINLESS STEEL MATERIAL. THERMODYNAMIC DESIGN, 3/4 INCH NOMINAL PIPE SIZE SOL SP0760-97-Q-0191 DUE 010897 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Cara James, 614-692- 1090 DESC: PR-NO: YPC96302002191 NSN 4730-00-265-1934, CAGE 12665 Part No FD-3-3/4IN CAGE 28960 Part No 657-3/4IN CAGE 39428 Part No 4920K13 CAGE 53059 Part No TD-52-3/4 CAGE 54307 Part No D600-3/4 CAGE 60532 Part No T-3S-3/4 trap, steam. Cres material. Thermodynamic design. 3/4 inch pipe size, 600PSI max. Working pressure. Current sources: Clark reliance P/N FD3S3/4IN, Yarway Corp P/N series 29-3/4IN, and Yarway P/N 9066-01, and Trane Co. P/N T-3S-314. 174 -EA Del to Tracy CA 95376-5000 Del by 03 Apr 97. 76 -EA Del to New Cumberland PA 17070-5001 Del by 80 days after date of award, 91 -EA Del to Cherry Point NC 28533-5001 Del by 80 days after date of award. Solicitation not available until 15 days ater published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this soliciation. Small business size standard is 500 employees. this request will be issued via a written RFQ. the expected award date is 21 Jan 97. This solicitation is being modified to correct the open and close date from 19 Dec 96 to 08 Jan 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-337 SN007824) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 22-7/8 IN. LG. END ITEM: F-16 AIRCRAFT. SOL SP0740-97-Q-0494 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 Cindy Brink/AEBB6/614/692-2064 DESC: PR-NO: YPC96253001588 NSN 4720-01-089-9890, CAGE 00624 Part No AE705241-1 CAGE 81755 Part No C9585A5-0227 hose assembly. tetrafluoroethylene. 1/4 IN. ID, 22-7/8 IN. LG. Aeroquip P/N AE705241-1; General Dynamics Ft. Worth P/N C9585A50227. no adequate technical data available for this solicitation. 29 -EA Del to Mechanicsburg PA 17055-0789 Del 30 days after award 45 -EA Del to Tracy CA 95376-5000 Del 30 days after award PR-NO: YPC96289001722 64 -EA Del to Mechanicsburg PA 17055-0789 80 -EA Del to Tracy CA 95376-5000 solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not availalble. 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. 23-4(C)(1). approved sources are: Aeroquip, Lockheed Martin. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. while price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007912) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. 1 IN. OD, 0.035 IN. WALL THK, PREBENT DESIGN, WITH FLANGED FITTING SOL SP0740-97-Q-0445 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 Sara Hansford/AEBA1/614-692-3644 DESC: PR-NO: YPC96292001045 NSN 4710-01-213-1786, CAGE 07482 Part No 1275M59G01 CAGE 58537 Part No 1275M59G01 tube assembly, metal. I/A/W General Electric, pako Inc and elando Corp, P/N: 1274M59G01. 71 -EA Del to Mechanicsburg PA 17055-0789 Del 30 days after award 17 -EA Del to Tracy CA 95376-5000 Del 30 days after award solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluaito 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-338 SN007917) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. SOL SP0750-97-Q-0372 DUE 011097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Carol Black (614) 6 92-1326 DESC: PR-NO: NPC95195001031 NSN 4710-01-129-3975, CAGE 99207 Part No 5033T88G01 tube assembly, metal. I/A/W General Electric, P/N: 5033T88G01. 222 -EA Del to Tracy CA 95376-5000 Del by 90 days after date of award. 152 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 days after date of award. Solicitation not available until 15 days after pulbished in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. CITE: (I-338 SN007950) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE, AIR DUCT, AIR BREATIHING. COLOR GREEN. SOL SP0740-97-Q-0493 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 Caroline Blalock/AEBB7/614-692-2 816 DESC: PR-NO: YPC96311001049 NSN 4720-01-114-9117, CAGE 53655 Part No 834-18 CAGE 60240 Part No G012-1036-02 CAGE 97427 Part No G012-1036 hose, air duct, air breathing. Scott Aviation Div Figgie international Inc P/N 834-18 and Gentex Corp P/N G012-1036-02. Color: green. * 4,902 - EA Del to Tracy CA 95376-5000 Del 30 days after award 2,953 -EA Del to Mechanicsburg PA 17055-0789 Del 30 days after award solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007961) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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, REGULATING, FLUID PRESSURE. SOL SP0760-97-R-3942 DUE 122396 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)JoAnn Baity, 614-692 -4710 DESC: PR-NO: YPC96267001870 NSN 4820-01-286-6645, CAGE 35795 Part No qcgnsx-10k CD SHT 29376N valve, regulating, fluid pressure. 8 -EA Del to Kings Bay GA 31547-6300 Del by 180 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 unrestricted acquisition with a 10% preference for SDB concerns.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: Leslie Controls Inc. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007913) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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, GLOBE CLEANING AND PACKAGING PER MIL-I-52211 SOL SP0770-97-R-6769 DUE 012197 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 Ray Stevens 614-692-1742 DESC: PR-NO: YPC96299000974 NSN 4820-01-178-7551, CAGE 14487 Part No 104400-1 valve, globe 119 -EA Del to Tracy CA 95376-5000 Del by 90 days after date of award 132 -EA Del to New Cumberland PA 17070-5001 Del by 90 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 unrestricted acquisition with a 10% preference for SDB concerns. 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: cryogenic energy Inc. 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 PERF0RMANCE as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-338 SN007958) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48-VALVE,GATE SOL N0010497QBG82 DUE 012197 POC Contact Point, George F Marshall, 87321.23, (717)790-2927, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 DESC: NSN 7H-4820-01-235-5506-X4, SPEC NR TDP VER 003, Qty 3 EA, Deliver to Receiving Officer Portsmouth VA, See Notes 8,9 CITE: (I-338 SN007981) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48-VALVE,GATE SOL N0010497T0996 DUE 012197 POC Contact Point, Linda H Thomas, 02111.6, (717)790-6473, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-4810-01-278-2071, SPEC NR TDP VER 001, Qty 3 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA - --sole source part number buy. no dwgs available., See Notes 9,22 CITE: (I-338 SN007982) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--TOOL KIT, MACHINERY ALIGNMENT SOL SP0770-97-Q-MF59 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: Annette Shelton (614) 692-2757. DESC: PR-NO: YPC96295002106 NSN 4910-01-316-7432, CAGE 0UVP8 Part No p-4 CAGE 045X4 Part No p-4 tool kit, machinery alignment. CAGE 0UVP8, mechanical maintenance products Inc, part number p-4. 12 -KT Del to McClellan AFB CA 95652-1621 Del by 15 Jan 97. Solicitation not available until 15 days after published in the CBD. specification, plans or drawings are not available. this acquisition is for supplies for which the government doe not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only appoved sources under the authority of 10 U.S.C.2304 (C)(1). approved sources are: zaterzalo eli and mechanical maintenance products Inc. 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 evalluation factor (DEF) applies, while price is a significiant factor in the evaluation of offers, the final award decision eill 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-337 SN007822) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 51--WRENCH, SPANNER HUGHES AIRCRAFT CO SOL SP0490-97-Q-V145 DUE 010897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact Richard Rosan Elli/CKC04/(804)279-6635/FAX# (804)279-5634/KO-MAGNORA Jackson/(804)279-5924 DESC: PR-NO: YPG96327000457 NSN 5120-01-315-9152, wrench, spanner/Hughes aircraft Co/CAGE code 82577 P/N SP548005-103, specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Delivery schedule is 60 days. Solicitation is unrestricted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open competition (10 U.S.C. 2304(C) (1)) (sole source) FAR 6.302-1, only one intended source, Hughes Aircraft Co. Solicitation will be made in writting. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007808) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools--Potential Sources Sought OFFADD: GSA FSS TACC TAD II (6FESN-F8) 1500 E. Bannister Road Kansas City, Mo 64131 SUBJECT: 51--SCREW THREADING SET SOL 6FES-96-F8FWK-F8 DUE 123096 POC Linda L. Heagy DESC: This is an open market, simplified acquisition for NSN 5180-00-698-7972. There are two orders for a total of 90 kits going to the Ft. Worth depot. They must be bar coded. They consist of a federal specification GGG-T-330B, dated 11-26-96, type I - threading sets, screw with taper, plug and bottoming TAPS foreach size included: set number - 8. Inspection is at origin with destination pricing and a 90 day delivery. Anyone interested in bidding should submit theirrequests to Linda L. Heagy by December 30, 1996, at (816) 926-1298, or FAX (816)926-3678. CITE: (I-337 SN007759) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--PACKING, WITH RETAINER 19207 U S ARMY TANK AUTOMOTIVE COMMAND SOL SP0500-97-R-0035 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Bill Dulin/LAB/X4527. buyer: ARL ENE gold/LAC25/0382. DESC: PR-NO: IDT96025005110 NSN 5330-00-734-6951, 1 - Del to (Call contracting office) Del by 30 Dec 96. 7,000 - Del to New Cumberland PA 17070-5001 Del by 19 Sep 96. RFP due date: 17 Jan 97. FSC: 5330. This solicitation contains 1 NSN. The total yearly estimated quantity of all NSNS is 7000 EA. Specs: NR 19207 10938292 Rev J, NR 19207 7346951 Rev F, NR 19207 7346986 Rev K, NR 19207 8758268 Rev F. NOTES 9, 1, and 12 apply. Yearly estimated quantity: primary quantity: 7000. Delivery is 120 days. This solicitation contains a 100% option to extend the term of the contract for 4 additional years. CITE: (I-337 SN007838) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--BRACKET, MOUNTING GENERAL ELECTRIC TURBINE ENGINE (07482) SOL SP0500-97-Q-D747 DUE 121696 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: jeri pinkser/MBA09/215-697-4270 buyer: jeri pinkser/MBA09/215-697-4270 DESC: PR-NO: YPI96327000682 NSN 5340-01-323-8442, 420 -EA Del to Orange Park FL 32073-5000 Del by 31 Mar 97. RFQ due date: 96DEC16 specs: General Electric turbine engine primary qty: 420 deliveries to CONUS (excluding Alaska) delivery schedule: 150 days NOTES 1 and 12 apply size standard: 500 this contract action is for supplies for which the government does not possess complete, unrectrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.(C)(1). Approved sources are: Alamo aircraft (55345), union machine Co (51992) & tool sales & service (28884). While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-337 SN007840) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--RING, SEAL WHITTAKER CONTROLS INC (79318) SOL SP0500-97-Q-D553 DUE 122496 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: YPI96283006007 NSN 5365-01-219-2365, 90 -EA Del to Tinker AFB OK 73145-9013 Del by 29 Nov 96. RFQ due date: 24 Dec 96. Specs: Whittaker controls Inc. P/N 723642. Primary quantity: 90 deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Specs/Dwgs are not required. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333, or X1462 and X2978. CITE: (I-337 SN007842) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--LATCH, SEAT SOURCE CONTROL DATA SOL SP0500-97-Q-D885 DUE 122396 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Carol lauff/MCB06/X4987. buyer: Mary Lynch/MCB10/X5734. DESC: PR-NO: YPI96310002585 NSN 5340-01-113-8181, 640 -EA Del to New Cumberland PA 17070-5001 Del by 17 May 97. See NOTES 9, 22, RFQ due date: 23 Dec 96. Specs: Sikorsky P/N 70500-02162-102. Primary quantity: 640. Deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days ADO. NOTE 1 applies. Size standard: 500. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: Hartwell Corp. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Specs/Dwgs are not required. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333, or X1462 or X2978. CITE: (I-337 SN007843) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--PACKING, PREFORMED SYNTHETIC RUBBER SOL SP0500-97-Q-D384 DUE 123096 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jim Lewicki/LAC20/X2349. buyer: Erika Vivar/LAC30/X0922. DESC: PR-NO: YPI96313002174 NSN 5330-00-297-6329, @CROSS-SECTIONAL height 0.156 inches nominal @CENTER hole diameter 0.850 inches minimum and 0.865 inches maximum @PERIPHERAL diameter 1.156 inches nominal 13,045 -EA Del to New Cumberland PA 17070-5001 Del by 12 Mar 97. RFQ due date: 30 Dec 96. Specs: US Army Tank Automotive command (19207). Primary quantity: 13045. Deliveries to CONUS (excluding Alaska). Delivery schedule: required 90 days. Indefinite delivery type contract. NOTES 12, 1, and 9 apply. 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, X1462, or X2978. CITE: (I-337 SN007844) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--CURSOR, INDICATOR 49956 RAYTHEON CO SOL SP0500-97-Q-D196 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Paul Forline/VBC81/X0263. buyer: Paul Forline/VAC81/X0263. DESC: PR-NO: YPI96317001398 NSN 5355-00-554-5002, @OUTSIDE diameter 16.500 inches nominal 25 -EA Del to McClellan AFB CA 95652-1621 Del by 08 Feb 97. RFQ due date: 17 Jan 96. Specs: 49956. Predominant material: P/N 4G2450-1. Primary quantity: 25 1ST alt qty: 50. Delivery schedule: 175 days. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This is standard written RFQ procedure with anticipated award date of 1/10/97. NOTE 9 applies. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333, or X1462 and X2978. CITE: (I-337 SN007845) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--PACKING, PREFORMED /O-RING/ ABEX/NWL AEROSPACE (93835) SOL SP0500-97-Q-D134 DUE 010397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jim Lewicki/LAC20/215-697-2349 B uyer: Erika Vivar/LAC30/215-697-0922 DESC: PR-NO: YPI96324000487 NSN 5330-01-370-8826, 719 -EA Del to Orange Park FL 32073-5000 Del by 31 May 97. RFQ due date: 97JAN03 specs: Abex/NWL Aerospace (93835) P/N2188083-1 primary qty: 719 deliveries to CONUS (excluding Alaska) delivery schedule: 90 days NOTE 12 applies offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-337 SN007847) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 53 -- NUT, SELF-LOCKING SOL N00406-97-R-4025 DUE 010497 POC S. Powers-Dexter DESC: the following is to modification to delete this is a 100% small business set-aside. all other terms and conditions remain the same. all responsible sources my submit (offer/bid/quotation) which shall be considered by fleet & industrial supply center, puget sound fax requests to (360) 476-2931 telephone requests will be honored. CITE: (I-338 SN008109) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM DESC. A-A-55057, TYPE A (PS1-95). SOL SP0500-97-Q-E357 DUE 122096 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Diane Falicki/WAA13/X4003 buyer: D iane Falicki/WAW13/X4003 DESC: PR-NO: YPI96283004078 NSN 5530-00-128-4475, plywd, Const; I/A/W CID A-A-55057, type a (PS1-83) grade: b-c ext - size: 1/4 "X 48" X 96 ". Full and open competition apply 221 -SH Del to Pusan Korea KS Del by 18 Nov 96. Specs: A-A-55057 primary quantity: 3000 delivey schedule: 30 days or better offers will be evaluated with a 10% preference for small disadvantaged business concerns specs/Dwgs are not required this solicitation also contains the following ypis: YPI96313001219, YPI96283004108, YPI96283004107, YPI96326000625, YPI96327000597 to obtain a copy of this solicitation please FAX request request to (215) 697-6333, X1462, X2978. CITE: (I-338 SN008277) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH FED. SPEC. MM-L-751. ALL SPECIES SOL SP0500-97-Q-E557 DUE 122796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff Kochanowicz/WAA07/X3225 buye R: Kathy Hines/WAA07/X3225 DESC: PR-NO: YPI96317000701 NSN 5510-00-220-6202, lumber, softwood;; I/A/W MM-L-751. Grade: no.2 - size: 2 "X 12". Full and open competition apply 51,672 -BF Del to iwakuni Japan Del by 20 Nov 96. RFQ due date 97DEC 27 specs: MM-L-751 predominant mater: lumber, softwood size/dimen: 2 X 12 primary quantity: 51672 delivery schedule: 14 days this a small business set-aside, the size standard is 2499 specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-338 SN008278) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM DESC. A-A-55057, TYPE A (PS1-95). SOL SP0500-97-Q-E246 DUE 122096 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Diane Falicki/WAA13/X4003 buyer: D iane Falicki/WAA13/4003 DESC: PR-NO: YPI96324000419 NSN 5530-00-128-4061, plywood, Const; I/A/W A-A-55057A, type a (PS1-95) grade: a-d int. Size: 3/4 " (23/32) X 48" X 96 "full and open competition apply 50 -SH Del to Pusan Korea KS Del by 30 Dec 96. RFQ due date 96 Dec 20 specs: A-A-55057A size/dimen: 48 X 96 primary quantity: 50 delivery schedule: 30 days or better offers will be evaluated with a 10% preference for small disadvantaged business concerns specs/Dwgs are not required this solicitation also contains the following ypis, YPI96319000474, YPI96319000476, YPI96313001236 to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-338 SN008279) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Fleet and Industrial Supply Center, Contracting Directorate, 110 Yorktown Avenue, P. O. Box 97, Jacksonville, FL 32212-0097 SUBJECT: 55--CONTRACTOR OPERATED PARTS STORE (COPARS) SOL N68836-97-R-0006 DUE 012397 POC Contact P. Morford, Code 210.10, Contracting Officer, 904/779-3297 DESC: This requirement calls for the establishment and operation of a Contractor Operated Parts Store at the Naval Station, Guantamo Bay Cuba. The base period will run from 15 Feb 1997 through 30 Sep 1997 with options to extend the contract through 31 Jan 1999. The contract will allow for a thirty day period following the effective date of the contract for the contractor to get on site and fully established for performance of this effort. All requests for copies of this solicitation must be made in writing to the contracting office specified above. CITE: (I-338 SN008486) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--REFLECTOR, UPPER COM SOL SP0970-97-Q-A076 DUE 011397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96255000124 NSN 5895-01-140-3368, CAGE 09344 Part No 37360-3 CAGE 98247 Part No 37360-3 general characteristics item description optical glass, fine annealed per MIL-G-174, 7.000 IN. O/A LG, 5.620 IN. O/A W, 0.230 IN. thk 30 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 10-24, 25-49, 50-99. PR quantity: 30 each. Line 1 quantity 30 - Mechanicsburg PA 17055-0789. Delivery schedule: 30 each within 60 days. Set-aside: unrestricted. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007849) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CASE, TRANSIT SOL SP0970-97-Q-A085 DUE 011397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96289001132 NSN 5820-01-214-8802, CAGE 24995 Part No 431-6379 CAGE 87990 Part No 755002A3108 no additional descriptive data available. 10 -EA Del to Lathrop CA 95330 Del by 04 Jun 97. 26 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 25-49, 50-74, 75-99. PR quantity: 36 EA. Line 1 quantity 10 - W62G2T Stockton CA 95296-0130. Line 1 quantity 9 - W62G2T Stockton CA 95296-0130. Line 2 quantity 24 -SW3100 Mechanicsburg PA 17055. Delivery schedule: deliver entire quantity within 120 days ADO. Set-aside: unrestricted(sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008161) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--TAPE, VIDEO RECORDIN SOL SP0970-97-Q-A086 DUE 011397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96290000487 NSN 5836-01-263-5915, CAGE 50356 Part No KV60 CAGE 8V398 Part No kv-60 material: plastic, ferrous impregnated. Commercial OFF-THE-SHELF item adequate catalog data is available at DESC for the evaluation of alternate offers 845 -EA Del to Ogden UT 84407-5701 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 500-749, 750-999, 1000-1499. PR quantity: 845 EA. Line 1 quantity 845 - SW3400 Ogden UT 84407-5701. Delivery schedule: deliver entire quantity within 60 days ADO. Set-aside: unrestricted(sole source/single source) (no preference). Size standard: 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008162) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CASE, INFARARED EQUIPMENT SOL SP0970-97-Q-A087 DUE 011497 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: YPE96295001032 NSN 5855-01-151-4228, CAGE 0WVW0 Part No 5002602-1 CAGE 54490 Part No 5002602-1 CAGE 55311 Part No 207602-001 CAGE 70133 Part No 5002602-1 no additional descriptive data available. 1,327 - EA Del to Lathrop CA 95330 Del by 03 Jan 97. 1,077 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 1000-2499, 2500-4999, 5000-7499. PR quantity: 2404 EA. Line 1 quantity 1327 - W62G2T Stockton CA 95296-0130. Line 2 quantity 1077-MECHANICSBURG PA 17055-0789. Delivery schedule: deliver entire quantity within 60 days ADO. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008163) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CASE, INFRARED EQUIPMENT SOL SP0970-97-Q-A083 DUE 011397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96227000456 NSN 5855-01-246-6802, CAGE 54490 Part No 5007652 CAGE 55311 Part No 207793-100 CAGE 80063 Part No A3140670 material aluminum alloy, QQ-A-250/11, alloy 6061. 39 -EA Del to Lathrop CA 95330 Del by 09 May 97. 56 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 400-499, 500-599. PR quantity: 413 EA. Line 1 quantity 219 - W62G2T Stockton CA 95296-0130. Line 2 quantity 194 -SW3100 Mechanicsburg PA 17055-0789. Delivery schedule: deliver entire quantity within 120 days. Set-aside: unrestricted(sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008195) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--PLATTER, SLIP SOL SP0970-97-Q-A084 DUE 011397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96304000530 NSN 5841-00-129-8172, CAGE 96214 Part No 595845-2 CAGE 98089 Part No 595845-2 no additional descriptive data available. 38 -EA Del to Mechanicsburg PA 17055-0789 Del by 15 Dec 96. 47 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 50-99, 100-149, 150-174. PR quantity: 100 EA. Line 1 quantity 50-SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 50 - W62G2T Stockton CA 95296-0130. Delivery schedule: deliver entire quantity within 90 days ADO. Set-aside: unrestricted(sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008199) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CASE, CARRYING SOL SP0970-97-Q-A088 DUE 011497 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: YPE96311000594 NSN 5855-01-246-6801, CAGE 20800 Part No A3140660 CAGE 54990 Part No 5007651 CAGE 55311 Part No 208485-100 CAGE 80063 Part No A3140660 CAGE 9G536 Part No A3140660 1,705 -EA Del to Memphis TN 38114-5210 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1000-1999, 2000-2999, 3000-3999. PR quantity: 1705 EA. Line 1 quantity 1705 - UY8593 Memphis TN 38114-5210. 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-338 SN008202) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CASE, INFRARED EQUIP SOL SP0970-97-Q-A089 DUE 011497 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: YPE96313000919 NSN 5855-01-398-4284, CAGE 13567 Part No A3187392 CAGE 80063 Part No A3187392 778 -EA Del to Mechanicsburg PA 17055-0789 Del by 07 Jan 97. 3,120 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 2000-2999, 3000-3999, 4000-4999. PR quantity: 3898 EA. Line 1 quantity 778-SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 3120-W62G2T Stockton CA 95296-0130. Delivery schedule: deliver entire quantity within 60 days ADO. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008203) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: 58--PURCHASE OF MISCELLANEOUS COMMUNICATIONS EQUIPMENT SOL DCA200-97-F-1224 DUE 121396 POC Artie O. Simms 618-245-9641 DESC: Module CLB-2 & IOP v62.08 - 8 each, Module CLB-2X w/IOP v.62.08 - 4 each, Spare RS232C DCE I/F QUAD - 14 each. It is anticipated that award will be made on a sole source basis to N.E.T. Federal, Inc., Vienna, VA, thus note 22 applies. LINK simmsa@ditco.disa.mil LINKDESC: EMAIL simmsa@ditco.disa.mil EMAILDESC: CITE: (W-338 SN008341) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: 58--PURCHASE OF MISCELLANEOUS COMMUNICATIONS EQUIPMENT SOL DCA200-97-F-1225 DUE 121396 POC Artie O. Simms 618-256-9641 DESC: Module HDVC12 - 10 each, Module P/S/120 VAC/ADNX/48 - 2 each. It is anticipated that award will be mae on a sole source basis to N.E.T. Federal, Inc., Vienna, VA, thus note 22 applies. LINK simmsa@ditco.disa.mil LINKDESC: EMAIL simmsa@ditco.disa.mil EMAILDESC: CITE: (W-338 SN008361) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: HSC/YAK 8107 13th Street, Brooks AFB Texas 78235-5218 SUBJECT: 58 -- CHEMICAL AGENT DETECTOR SOL N/A POC Kim Walton, Contract Specialist, (210) 536-6385, Julie Heise, Contracting Officer, (210) 536-6342. DESC: This amendment is issued to correct field 1 to read N/A and to correct field 10 to read N/A CITE: (I-338 SN008385) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58 -- SPARE PARTS TO THE AN/PAQ-4C INFRARED AIMING LIGHT SOL DAAB07-97-B-J282 DUE 120996 POC Contract Specialist, Ms. Naomi Kaplan, (908)532-1070; Contracting Officer, Jack Kulaga. DESC: This Modification of adertisement published on 11/27/96 for Bracket, Mounting, NSN 5340-01-363-2798 is for 500 each not 34,000 each as previously listed. All other items of the advertisement remain the same. CITE: (I-338 SN008439) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58 -- THERMAL IMAGING OMNIBUS SOL DAAB07-97-R-J530 DUE 020297 POC Contract Specialist, Lisa Capozzoli, 908-532-5204; Contract Specialist, Karin Bogner, 908-532-5250; Contracting Officer, Alex J. Matejka, 908-532-5207. DESC: CANCELLATION. This action was originally publicized in the CBD dated 11/08/96. Solicitation No. DAAB07-97-R-J530 for Thermal Imaging Night Vision Devices has been canceled. The U.S. Army is delaying the acquisition of the Thermal Imaging Omnibus program for approximately ten months. A draft Request for Proposals will be issued in approximately eight months. Hardware samples shall be submitted with each proposal. Driver's Vision Enhancer (DVE) and Thermal Weapon Sight (TWS) hardware samples shall be as production representative as possible, and will be subjected to laboratory characterization and field evaluation for the purpose of risk assessment. Laboratory characterization shall consist of, but not limited to, minimum resolvable temperature (MRT) and noise equivalent temperature difference (NEDT) tests. DVE sample hardware shall be configured for the Bradley Fighting Vehicle. DVE field evaluation shall consist of, but not limited to, interface compatibility, HFE/MANPRINT evaluation, and road tests. TWS sample hardware shall be configured in each of the proposed designs (i.e., LWTS, MWTS, and/or HTWS). TWS field evaluation shall consist of, but not limited to, weapon interface compatibility, HFE/MANPRINT evaluation, weapon fire, and field handling tests. CITE: (I-338 SN008477) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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, ELECTROMAGNETIC SOL SP0930-97-R-A017 DUE 011297 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: YPE96260000605 NSN 5945-01-262-5414, CAGE 58657 Part No ep-433 CAGE 78290 Part No CX3997 CAGE 94756 Part No 455-0651-001 650 -EA Del to Lathrop CA 95330 Del by 01 Mar 97. Other than full and open competition: part numbered item. products offered clause applies. Solicited various increments from: 300 to 99 delivery schedule: 300 days standard size: 750 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007850) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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, ELECTROMAGNET SOL SP0900-97-T-2532 DUE 121396 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: YPE96298000096 NSN 5945-00-934-2800, CAGE 09306 Part No A121822 CAGE 58614 Part No JR8004 CAGE 99699 Part No 93191401-99 nonpile-up main contact arrangement: 2 pole, double throw, one position momentary. Main contact maximum voltage rating in volts: 28.0 DC. Operating voltage rating and type at specified temp: 29.0 Volta DC 25 deg Celsius single winding. 125 -EA Del to Lathrop CA 95330 Del by 19 Jan 97. 50 -EA Del to Mechanicsburg PA 17055-0789 Del by 19 Jan 97. Other than full and open competition: part numbered item. products offered clause applies. Solicited various increments from: 100 to 999 PR qty: 175 EA delivery schedule: 150 days standard size: 500 set-aside type: unrestricted wioth preferential consideration for SDB. All responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007852) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SOLENOID, ELECTRICAL SOL SP0930-97-R-A018 DUE 011297 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: YPE96304000589 NSN 5945-00-220-5094, CAGE 72914 Part No 49D70 @BODY style 24 cylindrical frame @CURRENT rating 0.750 amperes maximum 115 -EA Del to Mechanicsburg PA 17055-0789 Del by 24 Jan 97. Other than full and open competition: part numbered item products offered clause applies. Solicited variious increments from: 5 to 300 PR qty: 115 EA delivery schedule: 210 days standard size: 750 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007853) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, ROTARY SOL SP0930-97-Q-A095 DUE 121596 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: YPE96310001295 NSN 5930-01-015-8693, CAGE 81349 Part No M3786/4-5082 @STYLE designator 9 tap, circular, bushing Mount @POLE quantity 2 each section front @THROW quantity 6 each section rear @CONTACT voltage rating in volts 115.0 AC at sea level 28.0 DC at sea level @CONTACT load current rating 75.0 milliamperes R esistive load AC at sea level 250.0 milliamperes resistive load and 100.0 milliamperes inductive load DC at sea leve L 450 -EA Del to Crane IN 47522-5001 Del by 01 Oct 96. Full and open competition: military specification item PR qty: 450 EA delivery schedule: 60 days standard size: 500 set-aside type: total small business set-aside all responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007855) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--RING ASSEMBLY, ELECTRICAL CONTACT SOL SP0430-97-R-0392 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer: SH aron Blackmore/ZZ885/804-279-5373. Judith H. Hawthorne /804-279-4905. DESC: PR-NO: YPG96281000635 NSN 5977-00-552-6165: ring assembly electrical. Kearfott Guidance and Navigation Corp sub of Astronautics Corp of America. CAGE 88818. P/N 231114.CRITICAL item application. Tecn data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 420 -EA Del to Tinker AFB OK 73145-9013 Del by 365 days. Other than full and open comp. See NOTE 22, 12. Intended source: Kearfott Guidance and Navigation Corp. Option to Inc qty: N. Option to ext term of contract: N. Total quantity shipped: 420. Unrestricted: Y. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Additional remarks: anticipate award will be made in against Kearfott's basic ordering agreement. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008064) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: 59 -- REPEATER, PORTABLE II/DES,XL ENCRYPTION/ADAPTOR, ALLIGATOR CLIP/ ADAPTOR, CIGARETTE LIGHTER SOL N00421-97-Q-5071 POC Betty Doxey, Contracting Officer, (301) 862-8950. DESC: This is a notice of intent to negotiate with Motorola Inc., 1701 McCormick Drive, Landover, MD 20785 on an other than full and open competitive basis to purchase 3 ea of a Repeater, Portable II p/n P1820X and 3 ea of a Des-XL Encryption p/n H795 and 3 ea of a Adapator, Alligator Clip p/n Q661 and 3 ea of a Adaptor, Cigarette Lighter p/n Q660 brand name Motorola and is required to support the JTF-6/Spence. Government intends to negotiate on a sole source basis with Motorola to prevent unnecessary costs, project time delays, and operability problems. Delivery is required FOB Destination to the Naval Air Warfare Center, Aircraft Division, Bldg. 115, MS-9, St. Inigoes, MD 20684 within 30 days after contract award. Written request for copies of Request for Quotation may be faxed to (301) 862-8342 to the attention of Betty Doxey. All responsible sources may submit a quotation which will be considered by the agency. The closing of this synopsis will be 17 December 1996 at COB 4:30 PM. CITE: (I-338 SN008123) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CAPACITOR-RESISTOR SOL SP0905-97-Q-A042 DUE 121796 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: YPE96326000471 NSN 5915-00-705-3494, CAGE 59501 Part No 10-614035 CAGE 77820 Part No 10-614035 69 EA line 1, quantity 12, Del to SW3100 Mechanicsburg PA 17055-0789, line 2, quantity 57, W62G2T Stockton CA 95296-0130, Del schedule: 18 Feb 1997, other than full and open competition: part numbered item. products offered clause applies. various increments solicited: from 1 to 150. PR quantity: 69 EA, size standard: 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008132) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--EARPHONE SOL SP0970-97-Q-A013 DUE 121897 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: Correction: this action was originally publicized in the CBD, dated 10/10/96. Synopsis should read: solicitation is no longer set-aside for small business only.an additional approved source is ELECTRO-VOICE(81134). if a copy of soliciation is desired, contact buyer, Mike koster pcccbly, at 614-692-7975. new closing date of soliciation is 12/18/96.L. CITE: (I-338 SN008156) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SENSITIVE SOL SP0930-97-Q-A048 DUE 120696 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: YPE96204000526 NSN 5930-00-503-3883, CAGE 05088 Part No MS24331-1 CAGE 96906 Part No MS24331-1 type No. MS24331-1; spec No. MIL--8805/40F; IAW basic spec MIL-S-8805D DTD 7 Sep 84; Amend #3 DTD 11 May 92; spec/MS sheet MIL--8805/40F DTD 15 Oct 85; Amend #2 DTD 31 Mar 93, QPL No. 8805-91 DTD 30 Apr 96 and 2.0 amps inductive and 4.0 amps motor, body style 2M bushing mounted 539 -EA Del to Lathrop CA 95330 Del by 06 Nov 96. 170 -EA Del to Mechanicsburg PA 17055-0789 Del by 06 Nov 96. Full and open competition: military specification item solicited various increments from: 400 to 1799 PR qty: 709 EA delivery schedule: 709 EA within 60 days; balance 500 EA every 30 days standard size: 750 set-aside type: unrestricted (sole source/single source) (no preference). CITE: (I-338 SN008157) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--HANDSET DESC FORM 239 DTD 10 MAY 94 APPLIES SOL SP0970-97-Q-A091 DUE 011497 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: YPE96262000502 NSN 5965-00-669-9145, CAGE 81349 Part No H-60()/pt power source: Battery microphone element type: carbon earphone element type: magnetic. 1,762 -EA Del to Mechanicsburg PA 17055-0789 full and open competition: complete, unrestricted data package available. Various increments solicited: 1000-1499, 1500-1999, 2000-2499, 2500-4999, 5000-7499, 7500-9999. PR quantity: 1762 EA. Line 1 quantity 1762-SW3100 Mechanicsburg PA 17055-0789 delivery schedule: deliver entire quantity within 120 days ADO. Set-aside: total small business set-aside. Size standard: 1000. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008158) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--HEADSET-CHEST SET, ELECTRICAL DESC FORM 239 DTD 11 JUL 94 APPLIES SOL SP0970-97-Q-A092 DUE 010697 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: YPE96263000488 NSN 5965-00-900-6401, CAGE 81349 Part No H-200/U earphone quantity: 2; earphone impedance rating 1.2 kilohms nominal; microphone element type: dynamic; 650 -EA Del to Mechanicsburg PA 17055-0789 full and open competition: complete, unrestricted data package available. Various increments solicited: 250-499, 500-749, 750-999, 1000-1499, 1500-1999. PR quantity: 650 EA. Line 1 quantity 650-SW3100 Mechanicsburg PA 17055-0789. Delivery schedule: 650 ea.within 90 days. Set-aside: unrestricted (sole source/single source) (no preference). Size standard: 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008159) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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, ELECTROMAGNETIC SOL SP0900-96-T-W933 DUE 121396 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: YPE96267000086 NSN 5945-01-285-0402, CAGE 81349 Part No M39016/22-004P nonpile-up main contact arrangement 2 pole, double throw, two positions momentary main contact maxium voltage rating in volts 115.0 AC and 28.0 DC main contact load current rating at maximum rated voltage 100.0 milliamperes AC and 2.0 amperes DC resistive load 500.0 milliamperes DC inductive load 160.0 milliamperes DC lamp load operating voltage rating and type at specified temp 26.5 volts DC 25 deg Celsius single winding 1,000 -EA Del to Memphis TN 38114-5210 Del by 01 Apr 97. Full and open competition: military specification item solicited various increments from: 600 to 1999 PR qty: 1000 EA delivery schedule: 130 days ADO standard size: 500 set-aside type: unrestricted (sole source/single SOURCE0 (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008160) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROPHONE, MAGNETIC DSCC FORM 239, 18 OCT 96, APPLIES. SOL SP0970-97-Q-A080 DUE 010897 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: YPE96295001193 NSN 5965-00-913-9544, CAGE 81349 Part No M131A/wic freq response range in htz: 200.0 to 5000.0 sound pickup directional type: unidirectional body style: 18 hand held 320 -EA Del to Mechanicsburg PA 17055-0789 Del by 03 Mar 97. 250 -EA Del to Lathrop CA 95330 full and open competition: complete, unrestricted data package available. Various increments solicited: 200-400, 401-500, 501-750, 751-1000. PR quantity: 570 EA. Line 1 quantity 320 -SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 250W62G2T Stockton CA 95296-0130. Delivery schedule: 100 days unapproved source FAT required. Set-aside: unrestricted(sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008164) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--ELECTRON TUBE SOL SP0960-97-R-X018 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: REQ96318000001 NSN 5960-00-106-1811, 1 -EA Del to (Call contracting office) Del by 18 Jul 97. Full and open competition: complete, unrestricted data package available various increments: 49-99 100-149 150-199 200-299 300-350 size standard: 750 delivery schedule: 115 EA within 90 days, 40 each every 30 days thereafter set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008191) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, RADIO FREQUENCY SOL SP0970-97-Q-A081 DUE 010997 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: YPE96134000115 NSN 5985-00-539-3719, CAGE 55974 Part No 2132041-1 CAGE 62165 Part No 360-11914-1001 frequency rating, not rated; RF pwr handling capability, 100.0 Watts averag; actator current type/ rating in amps, not rated; actuator voltage in volts, 28.0; body style, 15B solenoid actuated, coaxial 13 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Nov 96. 15 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item. Products offered clause applies. PR quantity: 28 EA. Various increments solicited: 10-19, 20-29, 30-39, 40-49, 50-59. Line 1 quantity 13 -SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 15W62G2T Stockton CA 95296-0130. Delivery schedule: all IN 90 days. Set-aside: unrestricted(sole source/single source). (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008192) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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, ELECTROMAGNETIC DESC FORM 239 DATED 03 OCT 96 APPLIES. SOL SP0930-97-R-A019 DUE 011397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96205000347 NSN 5945-01-106-6736, CAGE 52401 Part No teb-1708 CAGE 74063 Part No N-214-4 CAGE 76301 Part No ST5M1629-002 CAGE 99699 Part No D50-1002 nonpile-up main contact arrangement: 1 two circuit, double break/double make, one position momentary. main contact maximum voltage rating in volts: 28.0DC. main contact load current rating at maximum rated voltage: 50.0AMPERES DC resistive load, 10.0AMPERES DC lamp load, 20.0 amperes DC motor load. operating voltage rating and type at specified temp: 28.0VOLTS DC 25 deg Celsius single winding. 173 - EA Del to Lathrop CA 95330 Del by 16 Jul 96. 327 -EA Del to Mechanicsburg PA 17055-0789 Del by 16 Jul 96. Full and open competition: complete, unrestricted data package available solicited various increments from: 250 to 900 PR qty: 500 EA delivery schedule: 300 days standard size: 750 set-aside type: unrestricted (sole source/single source) (no preferemce) all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008194) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, THERMOSTATIC DESC FORM 239 DTD 6 MAY 91 APPLIES SOL SP0930-97-R-A021 DUE 012397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96248000634 NSN 5930-01-237-7322, CAGE 19207 Part No 12338599 CAGE 34623 Part No 12338599 CAGE 81901 Part No AD105-503 style designator 53 cylindrical W/flange; nonpile-up contact arrangement 1 pole, single throw, normally closed, momentary action; contact voltage rating in volts 28.0 DC at sea level single voltage; contact load current rating 5.0 amperes resistive load and 3.0 amperes inductive load single voltage. 4,496 -EA Del to Ogden UT 84407-5701 Del by 28 Oct 96. Full and open competition: complete, unrestricted data package available solicited various increments from: 1000 to 19999 PR qty: 4496 EA delivery schedule: 4496 EA within 120 days W/BAL to be 3000 EA every 30 days standard size: 3822 set-aside type: unrestricted with preferential consideration for SDB. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008196) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-97-R-A012 DUE 012397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96260000550 NSN 5930-01-168-0153, CAGE 82106 Part No 216799-1005 90 -EA Del to Lathrop CA 95330 Del by 04 Jul 97. 130 -EA Del to Mechanicsburg PA 17055-0789 Del by 04 Jul 97. Other than full and open competition: part numbered item. products offered clause applies solicited various increments from: 50 to 749 PR qty: 220 EA delivery schedule: 220 EA every 190 days W any balance to be Del at rate of 20 EA every 30 days standard size: 3643 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008197) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, THERMOSTATIC SOL SP0930-97-Q-A097 DUE 011797 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: YPE96302000850 NSN 5930-00-460-1620, CAGE 07217 Part No 617308-2-1 CAGE 81755 Part No CY01011-11-2 style designator, 53 cylindrical W/flange; contact voltage rating in volts, 28.0 DC at sea level SIN gle voltage. 8 -EA Del to Lathrop CA 95330 Del by 24 Apr 98. Other than full and open competition: part numbered item products offered clause applies solicited various increments from: 1 to 40 PR qty: 8 EA delivery schedule: 180 days standard size: 500 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008198) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-97-R-A020 DUE 012397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96304000557 NSN 5930-01-034-0076, CAGE 35351 Part No B070410048 CAGE 35351 Part No 314087-01-01 CAGE 81205 Part No 10-60747-15 no releasable data sufficient for Mfg purposes 10 -EA Del to Lathrop CA 95330 Del by 23 Nov 97. Other than full and open competitin: part numbered item. products offered clause applies. Solicited various increments from: 5 to 40 PR qty: 10 EA delivery schedule: 10 EA within 240 days, balance rate: 5 EA every 30 days thereafter. Standard size: 500 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008200) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--THIS IS A PGC ITEM TECHNICAL APPROVAL 20 JUNE 91 SOL SP0930-97-Q-A093 DUE 122896 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: YPE96304000692 NSN 5930-01-168-0775, CAGE 81349 Part No M9395/40-AQ9MQ nonpile-up contact arrangement 2 pole, double throw, one position momentary. 165 -EA Del to Mechanicsburg PA 17055-0789 Del by 12 Mar 97. 105 -EA Del to Lathrop CA 95330 Del by 12 Mar 97. PR qty: 270 EA delivery schedule: 150 days standard size: 500 set-aside type: total small business set-aside all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008201) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA ASSEMBLY SOL SP0970-97-Q-A090 DUE 011497 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: YPE96317000815 NSN 5985-01-075-3550, CAGE 11556 Part No 3255-8001 CAGE 37695 Part No 917893-802 14 -EA Del to Memphis TN 38114-5210 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 5-9, 10-14, 15-19, 20-24. PR quantity: 14 EA. Line 1 quantity 14 - UY8593 Memphis TN 38114-5210. Delivery schedule: deliver entire quantity within 100 days ADO. Set-aside: unrestricted(sole source/single source) (no preference) size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008204) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--ARRESTER, ELECTRICAL SOL SP0930-97-Q-A099 DUE 123096 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96324000358 NSN 5920-01-321-9035, CAGE 77820 Part No 10-551719-000 CAGE 80063 Part No SM-D-811082 25 -EA Del to Tobyhanna PA 18466 Del by 19 Nov 96. Other than full and open competition: part numbered item. products offered clause applies solicited various increments from: 1 to 74 PR qty: 25 EA delivery schedule: 90 days standard size: 750 set-aside type: unrestricted (sole source/single SOURCE0 (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-338 SN008205) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 59 -- 5999 DATA TRANSFER MODULES AND RECEPTACLES SOL N0017497R0006 DUE 121896 POC Kay Proctor, Purchasing Agent, 301-743-6680. DESC: Data Transfer Module per Drawing #651-174-0164-10 Basic Quantity 1st year 20 to 30 each. Option quantity 1st year 1 to 20 each. Option quantity 2nd year 1 to 20 each. Also Data Transfer Module Receptacle per Drawing #651-174-0166,Drawing #651-174-0165 Basic Quantity 1st year 25 to 30 each. Option quantity 1st year 1 to 25 each. Option quantity 2nd year 1 to 25 each. This is a sole soure to Smith Industries Aerospace, Grand Rapids, MI. Note 22 and 26 applies. "Request of Presolicitation" should be fax to Kay Proctor 1141W (301)743-6546. CITE: (I-338 SN008476) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211, NAVSUBASE Kings Bay GA 31547- SUBJECT: 59 -- LIQUID LEVEL SWITCH SOL N46450-96-Q-1604 DUE 010397 POC Contact Sue Soto, Contract Specialist, 912/673-2001, extension 9331, Facsimile machine number 912/673-2131. DESC: Commander Submarine Squadron Twenty, Kings Bay GA requires twelve each liquid level switches as manufactured by Madison Co, Branford CT. Request for Quotation will be issued on a sole source basis to Madison Co. Requests for solicitation must be in writing and cite the RFP/RFQ number. Requests via facsimile machine will be honored. See Numbered Note(s): 22. CITE: (I-338 SN008483) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: U.S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31:CAH, RM 1756, Kansas City, MO 64106 SUBJECT: 59 -- ELECTRONIC COMPONENTS SOL 52WCNW706022CH POC Charles A. Hughes 816-823-1342 DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase the following components: 15 each wideband assembly boards, Paramax p/n 7921104- 00 [Motorola p/n MVME381-01], NSN: 5998-01-388-1194; 25 each vci-v modules, Paramax P/N 1222346-203, NSN: 5998-01-389-2612; 10 each micro circuits, Unisys/Loral p/n 1215196-201. The Government does not have drawings or specifications for these items. All items were originally purchased on contract as part of the Nexrad Radar System. The spare parts are being purchased to support the National Weather Service Nexrad Spares Program for the U.S. Dept. of Commerce/NOAA, National Logistics Support Center, Kansas City, Missouri. The Government believes that these items are available only from the original contractor Lockhead Martin [formerly Unisys/Loral/Paramax]. This procurement is for equipment for which the Government intends to acquire under the authority of 41USC253(c)(1). Any business source, able to provide the exact make and model of the equipment referenced herein is encouraged to respond to this announcement within 15 days after it's publication. Interested firms should submit in writing, it's name, address, point of contact, telephone number, business size and a brief statement regarding its capability to provide the specified equipment, and the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the equipment. This information should be submitted to the addresses stated herein or may be faxed to telephone number 816-823-3447. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses tothis notice. The Standard Industrial Classification Code is 3679 (Electronic Components, N.E.C). The small business size standard is 500 employees. This is not a small business set-aside. CITE: (I-337 SN007878) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: U.S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31:CAH, RM 1756, Kansas City, MO 64106 SUBJECT: 59 -- WIRED BACKPLANE SOL 52WCNW706020CH POC Charles A. Hughes 816-823-1342 DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase 6 each Wired Backplanes NSN: 5998-01-388-4548, Westinghouse p/n 1D20998G01. The spare parts are being purchased to support the National Weather Service Nexrad Spares Program for the U.S. Dept. of Commerce/NOAA, National Logistics Support Center, Kansas City, Missouri. The Government does not have specifications or drawings and believes the item to be proprietary to the original equipment manufacturer. This procurement is for equipment for which the Government intends to acquire under the authority of 41USC253(c)(1). Any business source, able to provide the exact make and model of the equipment referenced herein is encouraged to respond to this announcement within 15 days after it's publication. Interested firms should submit in writing, it's name, address, point of contact, telephone number, business size and a brief statement regarding its capability to provide the specified equipment, and the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the equipment. This information should be submitted to the addresses stated herein or may be faxed to telephone number 816-823-3447. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses to this notice. The Standard Industrial Classification Code is 3679 (Electronic Components, N.E.C). The small business size standard is 500 employees. This is not a small business set-aside. CITE: (I-337 SN007879) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: U.S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31:CAH, RM 1756, Kansas City, MO 64106 SUBJECT: 59 -- WIRED BACKPLANE SOL 52WCNW706020CH POC Charles A. Hughes 816-823-1342 DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase 6 each Wired Backplanes NSN: 5998-01-388-4548, Westinghouse p/n 1D20998G01. The spare parts are being purchased to support the National Weather Service Nexrad Spares Program for the U.S. Dept. of Commerce/NOAA, National Logistics Support Center, Kansas City, Missouri. The Government does not have specifications or drawings and believes the item to be proprietary to the original equipment manufacturer. This procurement is for equipment for which the Government intends to acquire under the authority of 41USC253(c)(1). Any business source, able to provide the exact make and model of the equipment referenced herein is encouraged to respond to this announcement within 15 days after it's publication. Interested firms should submit in writing, it's name, address, point of contact, telephone number, business size and a brief statement regarding its capability to provide the specified equipment, and the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the equipment. This information should be submitted to the addresses stated herein or may be faxed to telephone number 816-823-3447. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses to this notice. The Standard Industrial Classification Code is 3679 (Electronic Components, N.E.C). The small business size standard is 500 employees. This is not a small business set-aside. CITE: (I-337 SN007881) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-Q-H471 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SH aron glasscock/BG350/804-279-3172. contractofficer/L. McCormick. DESC: PR-NO: YPG96313000536 NSN 6150-01-137-9039, cable assembly, special. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. P/N DCDA51S6E1-36.OB. Unrestricted. see NOTE 22. the final contract award decision may be based upon a combination of price, performance and other evaluaiton factors as described in the solicitation. 287 -EA Del to Richmond VA 23297-5900 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007781) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SPO451-97-Q-H476 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SH aron glasscock/BG350/804-279-3172. contracting officer /L. McCormick. DESC: PR-NO: YPG96320001019 NSN 6150-01-362-8244, cable assembly, spec. P/N S JB 8217-060 and DD2-3734-060. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitatio Tech data package availabilty: 10 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. 20 - EA Del to Richmond VA 23297-5900 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007782) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H474 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SH aron glasscock/BG350/804-279-3172. contracting officer L. McCormick. DESC: PR-NO: YPG96323000853 NSN 6150-01-356-5525, cable assembly special purpose P/N AA3280-1. specifications, plans or drawings relating to the procurement described are not available and can not be furnished by the government. unrestricted. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Tech data package abailability: 76 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. 24 -EA Del to San Diego CA 92132-5044 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007783) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H473 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SH aron glasscock/BG350/804-279-3172. contractofficer/L/M ccormick. DESC: PR-NO: RPG96312000670 NSN 6150-01-152-1030, cable assembly special purpose. P/N 12304025. specifications, plans or drawings relating to the procurenment described are not available and cannot be furnished by the government. unrestricted the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Unrestricted. 72 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. 49 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007799) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-96-Q-VS35 DUE 123196 POC Contact: copy of RFQ under simpilified acquisition procedur ES (sap)| (available at least 15 days announcement) Co ntact buyer via written request Attn: Jim Davis/BG532/ contract specialist/dscrjbpc, Richmond VA 23297-5358 or phone 8042793780 or FAX 8042796095. Mr. J. R. West /contractins officer/8042793780. DESC: PR-NO: YPG96235000605 NSN 6150-01-229-5476, McDonnell Douglas Corp, CAGE 76301, P/N 68A768211-11JA. see NOTE 22. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government; therefore, offerors are required to provide the complete technical data packages of both the approved and alternate parts for evaluation. Critical application item. 14 -EA to Mechanicsburg PA 17055-0789; delivery 90 DARO. The final contract award decision may be based upon a combination of evaluation factors (including schedule compliance, past performance, price and other evaluation factors) as described in the RFQ. Award will made against McDonnell Douglas BOA -12/20/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007801) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--WIRE, ELECTRICAL 500 FT/SPOOL, LENGTH PER SPEC SOL SP0500-97-Q-D792 DUE 011197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: T. Piecyk/WAB01/215-697-3378 buy er: J. Weber/215-697-3452 DESC: PR-NO: YPI96318001051 NSN 6145-01-110-8894, Teflon 914,000 -Ft Del to Mechanicsburg PA 17055-0789 Del by 16 Mar 97. RFQ due date: 97JAN11 specs: MIL-W-22759/34D item on a qualified products list: qualifying activity: Air Force, 647TH log/ESP 1060 Hamilton St Dayton OH 45444-5740 primary qty: 914000 delivery schedule: 60 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. This purchase is for a national defense item and therefore restricted to U.S. sources. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-337 SN007846) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61-MOTOR, ALTERNATING C SOL NOO1O497QAB09 DUE 011797 POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Andrea M. Reisser, 846.2, (717)790-1429 DESC: NSN 7H-6105-01-392-5036, Ref Nr 35010-2, Qty 1 EA, Delivery FOB Origin--Only sources previously approved have been solicited, since the award cannot be delayed to approve a new supplier. If you have not been solicited and can furnish either proof of prior approval, favorable production/test data or any pertinent data regarding this or similar items, please provide same to the PCO with your offer. Complete data is not available and cannot be furnished. All responsible sources may submit an offer which will be considered., See Notes 9,22 CITE: (I-338 SN007983) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61-MOTOR, ALTERNATING C SOL NOO1O497QAB18 DUE 011797 POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Andrea M. Reisser, 846.2, (717)790-1429 DESC: NSN 1H-6105-01-349-6269, Ref Nr 3213-4GR1, Qty 1 EA, Delivery FOB Origin--Only sources previously approved have been solicited, since the award cannot be delayed to approve a new supplier. If you have not been solicited and can furnish either proof of prior approval, favorable production/test data or any pertinent data regarding this or similar items, please provide same to the PCO with your offer. Complete data is not available and cannot be furnished. All responsible sources may submit an offer which will be considered., See Notes 9,22 CITE: (I-338 SN007984) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR ALTERNATING CURRENT SOL SP0430-97-R-0343 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer: RI chard King/ZZ780/804-279-4381. Judith H. Hawthorne/804 -279-4905. DESC: PR-NO: ARG96299045001 NSN 6105-01-601-6426: motor, alternating current. Rosemount Aerospace Inc. CAGE 59885. P/N 2311M-135-2. Criticle item application. Origin inspection required. Tech data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 1 -EA Del to (Call contracting office) Del by 150 days. Other than full and open comp: Y. See NOTE 12. Total quantity shipped: 1. Option to Inc qty: N. Option to ext term of contract: 24 months. Duration of contract period: 3 years. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Additional remarks: IQC with 2 option years. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008018) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H472 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SH aron glasscock/BG350/804-279-3172. contractofficer/L. McCormick. DESC: PR-NO: FPG96312000685 NSN 6150-01-358-4325, cable assembly, special purpose, electrical. P/N 717720405039. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solictation 4 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008019) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, WET, PRIMARY SOL SP0430-97-Q-Q220 DUE 010797 POC Contact: for copies of RFQ solicitations, contact the buyer. contact: Delores Burwell/ZY186/804-279-3748. contrac ting officer: Michael E. Kuszmaul/804-279-5800. copies of RFQ solicitations, contact the buyer. DESC: PR-NO: FPG96313000232 NSN 6135-00-789-2865, Battery, wet, primary. Eagle-Picher Industries Inc, CAGE 81855, P/N gap-4433. 71 - EA Del to (see solicitation) Del by 90 days. Other than full and open. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008020) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CONTACTOR, MAGNETIC SOL SP0430-97-Q-P314 DUE 010997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Jean Lanthrip/ZZ783/ 804-279-4479. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96304001004 NSN 6110-00-908-7745: contactor, magnetic. Figgie international Inc. Hartman Electrical Mfg Div. CAGE 74063. P/N BH169BD. Use of ozone depleting substances: critical application item. @OPERATING voltage characteristic full @CONTROL type local @ACTUATION method magnetic @PERFORMANCE type any acceptable @DUTY cycle continuous @AMBIENT temp -65.0 deg Fahrenheit and @190.0 deg Fahrenheit @OVERALL width 3.590 inches nominal @OVERALL length 4.690 inches nominal @OVERALL height 4.156 inches maximum 10 -EA Del to Mechanicsburg PA 17055-0789 Del by 60 days. 6 -EA Del to Tracy CA 95376-5000 Del by 60 days. Other than full and open comp. Total quantity shipped: 16. Unrestricted: Y. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008022) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, ALTERNATING CURRENT SOL SP0430-97-R-0440 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer: RI chard King/ZZ780/804-279-4381. Judith H. Hawthorne/804 -279-4905. DESC: PR-NO: YPG96326000908 NSN 6105-00-785-5022: motor, alternating current. Globe Motors (various). CAGE 25140. P/N 75A516. 40 -EA Del to Tracy CA 95376-5000 Del by 150 days. 15 -EA Del to Mechanicsburg PA 17055-0789 Del by 150 days. 14 -EA Del to Tobyhanna PA 18466 Del by 150 days. Incremental quantities - max: 40. Min: 14. Other than full and open comp. See NOTE 23. Unrestricted: Y. Option to Inc qty: N. Option to ext term of contract: 48 months. Duration of contract period: 5 years. Additional remarks: IQC with 4 option years. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. Anticipated award date is: 01/16/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008032) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, STORAGE SOL SP0430-97-Q-Q249 DUE 010797 POC Contact: for copies of RFQ solicitations, contact the buyer. contact: Mary Clark/ZY183/804-279-4975. contracting officer: Michael E. Kuszmaul/804-279-5800. DESC: PR-NO: YPG96326000914 NSN 6140-00-984-0143, Battery, storage. I/A/W spec NR "no spec and or Val req'd" DTD 96 Mar 30. @VOLTAGE in volts 12.0 @TERMINAL quantity 2 @CELL quantity 6 @OVERALL width 6.812 inches nominal @OVERALL length 13.500 inches nominal @STORAGE/shipment condition dry charged Tech data package availability: 1,500 -EA Del to Richmond VA 23297-5900 Del by 30 days. Incremental quantities: min 1500, max 2500. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008033) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BRAKE, ELECTRIC SOL SP0430-97-Q-P313 DUE 010997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitation, contact the buyer: Jean Lanthrip/ZZ783/8 04-279-4479. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96303000445 NSN 6110-01-374-2242: brake, electric. Johnson carlyle machine Co the. CAGE 75182. P/N FEA-0475-99935-100. Lake shore Inc. CAGE 34712. P/N 2D3-03268 item 94. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 35 -EA Del to moody AFB GA 31699-1794 Del by 60 days. Other than full and open comp. Total quantity shipped: 35. Option to Inc. qty: N. Option to ext term of contract: N. Unrestricted: Y. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008067) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CONTROL, GENERATOR SOL SP0430-97-Q-P312 DUE 010997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitation, contact the buyer: Jean Lanthrip/ZZ783/8 04-279-4479. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96303000724 NSN 6110-00-222-8246: control, generator. Precision electronics. CAGE 13483. P/N PE15301. Westinghouse Electric Corp. CAGE 88725. P/N 456A291G08. 25 -EA Del to San Diego CA 92132-5044 Del by 60 days. 19 -EA Del to Tracy CA 95376-5000 Del by 60 days. 15 -EA Del to Mechanicsburg PA 17055-0789 Del by 60 days. Other than full and open comp. Total quantity shipped: 59. Option to Inc qty: N. Option to ext term of contract: N. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008068) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, SCAN PATTERN SOL SP0430-97-Q-9317 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, oor for copies of RFQ solicitation, contact the buyer: Sara West/ZZ881/804279-4545. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96323000777 NSN 6105-00-034-6053: motor, SCAN pattern. Neotech Inc. CAGE 62700. P/N N250050. Tech data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 20 -EA Del to Tracy CA 95376-5000 Del by 329 days. Other than full and open comp. Intended source: neotech, Inc. Total quantity shipped: 20. See NOTE 23. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: N. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008073) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Naval Undersea Warfare Center, Division Keyport, 610 Dowell Street, Keyport, WA SUBJECT: 61 -- CABLE ASSEMBLIES SOL N00253-97-R-0002 DUE 120396 POC Victor Angkico, 360/396-5671 DESC: The synopsis for cable assemblies which appeared in the CBD on 06 Nov 96 is hereby cancelled. After issuance of the synopsis the contracting office was made aware that cable assemblies are a mandatory item which must be procured through the Federal Prison Industries (UNICOR) unless a waiver is granted. As a result of discussions with UNICOR, the Naval Undersea Warfare Center Division Keyport was informed on 27 Nov 96 that the Federal Prison Industries will manufacture the 228 each cable assemblies in accordance with NAVSEA drawing 6277244 and that a waiver will be granted for the 16 each assemblies in accordance with NAVSEA drawing 6820704 and 5 each assemblies in accordance with NAVSEA drawing 5819837. No copies of the solicitation package will be sent. As the items that will be waived by UNICOR are expected to be below $25,000 no synopsis will be issued for their purchase. Any questions on this matter should be directed to the point of contact identified above. CITE: (I-338 SN008510) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--PANEL, INDICATING, LIGHT TRANSMITTING SOL SP0441-96-Q-GR42 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. ru th Gullette/804-279-3068/carolyn D. atlizer/804-279-35 27 DESC: PR-NO: YPG96199000800 NSN 6220-01-306-8980, panel, indicating, light transmitti NG, IAW Unison Industries LTD partnership, Dwg PM2261-3 Rev H DTD 7/6/91, CAGE 59501, P/N PM-22612-3, configuration control applies, critical application, IAW spec MIL-L-85762A basic DTD 88 Aug 26, IAW spec MIL-P-7788F basic DTD 92 Nov 16, Amend NR 01 DTD 94 Aug 29, type number VI, class 1-NVIS green, NOTE 9, first article test required, unrestricted, ABVM applies, delivery schedule 90 days, solicitation will be made orally, drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center. All responsible sources may submit offer which DGSC shall consider. CITE: (I-337 SN007800) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Navy Public Works Center, Material Department, 9742 Maryland Ave. Norfolk, Va., 23511-3095 SUBJECT: 62--FIXTURES, HPS, POLE MOUNT; ALUMINUM POLES, AND TENON ADAPTERS SOL N00187-97-Q-5870 DUE 011097 POC Beatryce Jones, (757) 444-3424/Contract Specialist, or Dennis Holland, Contracting Officer, (757) 444-6979. DESC: Fixtures, HPS, 250 and 400 Watts, 277 Volt; Aluminum Poles 39' and 20', round tapered, seamless finish; 2'3/8'' OD tenon; round tenon adapaters. Written quotes required, FOB Destination is Norfolk, Va. Anticipated award date is 15 January 1997. Facsimile request for solicitations are acceptable. FAX (757) 445-4218. Quotes must be writing. Facsimile quotes will not be accepted. This solicitation is 100% small business set aside. The award will be based on price and delivery. All inquiries should be directed to Beatryce Jones, (757) 444-3424. All responsible sources may submit an offer, which will be considered. CITE: (M-338 SN008280) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: Department of Treasury (DY), Bureau of Engraving and Printing, Office of Procurement, 14th & C Sts., S. W., 708-A, Washington, D. C. 20228 SUBJECT: 63 -- SECURITIY SYSTEM MAINTENANCE SERVICE SOL RFQ-21-001 POC Contact Jacqueline Cortez, Purchasing Agent, 817/847-3867. DESC: This announcement cancels RFQ-21-001 for Security System Maintenance Service. This requirement was originally synopsized in the September 26, 1996 edition of the Commerce Business Daily. CITE: (I-338 SN008443) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: Department of Treasury (DY), Bureau of Engraving and Printing, Office of Procurement, 14th & C Sts., S. W., 708-A, Washington, D. C. 20228 SUBJECT: 63 -- SECURITY SYSTEM MAINTENANCE SERVICE SOL RFQ-21-004 POC Contact Jacqueline Cortez, Purchasing Agent, 817/847-3867. DESC: The Bureau of Engraving and Printing (BEP) intends to negotiate with Electronic Systems Service (ESS) for the Security System Maintenance Service at the BEP in Fort Worth, Texas. ESS has been servicing the security system for the past five years and kept current with all of the certifications from all of the security manufacturers. No request for quotation (RFQ) is available. No telephone inquires will be accepted. CITE: (I-338 SN008444) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--STAND, BASIN, FOLDING, SINGLE, ALUMINUM SOL SPO200-96-R-8108 DUE 011297 POC Contact: receptionist 215-737-3100 DESC: PR-NO: YPM96305000008 NSN 6530-00-890-2025, @MATERIAL aluminum @MAXIMUM height 32.000 inches @WIDTH 15.250 inches nominal @DEPTH 17.000 inches nominal @FURNISHED items and quantity W/carrying CASE 684 -EA Del to Mechanicsburg PA 17055-0789 Del by 03 Jul 97. 174 -EA Del to Tracy CA 95376-5000 Del by 03 Jul 97. See NOTE: #9 total qty 858 EA, U/I each, Del. to various destns, DD Mech, PA.., and DD Tracy, CA, Mfg Brenner metal, Marshall fabricated, NSNS 6530 00 890 2025, 30 day rfp-issued O/A 1/30/97, POC: Proc. Agnt, Lois FOX, on (215) 737-7882, and KO, B. Lessner, on (215) 737-7883, sched Del per ending 03 Jul 97, all materials used in fabrication are to be furnished by the successful bidder(S). Solicitation requests may be trasmitted via: facsimile # (215) 737-4050, Attn: dpsc-receptionist all responsible sources may submit offer which DPSC shall consider. CITE: (I-337 SN007811) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--DIGITAL IMAG NETWRK-PICTURE ARCHVE SOL SPO200-96-Q-2054 DUE 121396 POC Contact: POC: Proc. Agnt, Beverly Johnson on (215) 737-3138 DESC: See NOTES: N/A POC: Proc. Agnt, Beverly Johnson, on (215) 737-3138. The Defense Personnel Support Center solicits comments regarding the scope of work for the acquisition of a digital imaging network-picture archive and communications system (DIN-PACS) for the new Portsmouth Naval Medical Center, the new Elmendorf Air Force base hospital, the pentagon health clinic, and other DOD and federal facilities. The request for information (RFI) SPO200-97-Q-2054 is located on the world wide web @ WWW.DPSC.DLA.MIL/medical/MEDEQUIP.HTML. Comments to the RFI are requested no later than December 13, 1996. Solicitation SPO200-97-R-8002 (synopsized 10/96) will incorporate the " final" draft of the statement of work identified above and will be issued in the very near future. This is not a Request for Proposals. There will be no reimbursements of any kind for any information received by the government under RFI SPO200-97-Q-2054. All responsible sources may submit offer which DPSC shall consider. CITE: (I-337 SN007813) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--INTRAUTERINE DEVICE, CONTRACEPTIVE, "T"- SHAPED, 10 YEAR EFFECTIVE, 5S: INCLUDES COPPER BOUND SOL SPO200-97-Q-4020 DUE 122996 POC Contact: POC: Proc. Agnt, Loretta F. connors, on (215) 7374189 DESC: PR-NO: YPM96269000002 NSN 6515-01-283-5192, 40 -PG Del to Mechanicsburg PA 17055-0789 Del by 31 Jan 97. 33 -PG Del to Tracy CA 95376-5000 Del by 31 Jan 97. See NOTE: #9 total qty 73 PG, U/I PG, Del. to various destns, EG. Del. to DD Mech, PA and DD Tracy, CA., unrest. ac.q, 15 day rfq-issued O/A 12/14/96, spec. No. CIDA-A-54403, DTD. 22 May 91 W/changes POC: Proc. Agnt, Loretta F. connors, on (215) 737-4189, or KO, Joseph Calabro, on (215)737-2240, approx. bid opening dte is 12/29/96. This is only an EST. dte. All quotation request should be directed to the Proc. Agnt, and not the receptionist, quotation requests may be transmitted via facsimile # (215) 737-2058, Attn: DPSC-MSCBP-PRW. All responsible sources may submit offer which DPSC shall consider. CITE: (I-338 SN007964) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--LEAD SET, TEST SOL SP0920-97-Q-A083 DUE 011697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96325000582 NSN 6625-00-409-4036, CAGE 18876 Part No 10672636 no additional descriptive data sufficient for manufacturing purposes. 22 -EA Del to Mechanicsburg PA 17055-0789 Del by 07 Jan 97. 79 -EA Del to Lathrop CA 95330 Del by 07 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-337 SN007856) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--INDICATOR, LIQUID QUANITY SOL SP0440-97-Q-T385 DUE 123096 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)745-7918. For copies of RFQ solicitations, contact: Sharon quint er/AX403/804-745-7918. contracting officer: Shirley ma xey/804-279-3364. DESC: PR-NO: RPG96302001933 NSN 6680-01-200-5987, part number: phasotron instrument and Electronic Co., CAGE 77221, P/N 628-20199. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 116 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. 97 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. 73 -EA Del to Anniston AL 36201 Del by 90 DARO. Other than full and open (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) additional remarks: FAX #804-745-7955 all responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008021) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TORQUER ASSEMBLY SOL SP0440-97-Q-U338 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Jennifer WRE NN/AY903/804-279-4682, contracting officer: Patsy barg O/804-279-3548. DESC: PR-NO: YPG96304001011 NSN 6615-01-048-7987, torquer assembly, Honeywell Inc. Avionics Div., CAGE 94580, P/N 10042617-104 140 -EA Del to Mechanicsburg PA 17055-0789 Del by 135 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008023) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--ARMATURE ASSEMBLY, VALVE SOL SP0440-97-Q-U341 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Jennifer WRE NN/AY903/804-279-4682, contracting officer: Patsy barg O/804-279-3548. DESC: PR-NO: YPG96310003587 NSN 6615-00-930-9075, armature assembly, valve, HR Textron Inc. sub of Textron Inc., CAGE 81873, P/N 250405-6B 274 -EA Del to McClellan AFB CA 95652-1621 Del by 120 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008024) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--LENS, OPTICAL INSTRUMENT SOL SP0440-97-Q-T383 DUE 123096 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)745-7918. For copies of RFQ solicitations, contact: Sharon quint er/AX403/804-745-7918. contracting officer: Shirley ma xey/804-279-3364. DESC: PR-NO: YPG96311000748 NSN 6650-01-193-3666, part number: Texas instruments Inc., CAGE 96214, P/N 3061407-1. Specifications, plans or drawings relating to the procurement described are not availbale and cannot be furnished by the government. 18 -EA Del to Jacksonville FL 32212-0097 Del by 90 DARO. Other than full and open (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) additional remarks: buyer's FAX # is 804-279-7955 all responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008025) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--SCALE, WEIGHING ELECTRONIC SYSTEM SOL SP0440-97-Q-T427 DUE 012297 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX509/804-279-3372. contracting officer: Shirley M axey/804-279-3364. DESC: PR-NO: YPG96312000967 NSN 6670-01-377-2569, part number: intercomp, P/N PT300-2-10. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Consist of 2 20,000 lbs platform scales totalizing cable, charging cable transformer and nicad batteries max cap 40,000 lbs 11 -EA Del to Mechanicsburg PA 17055-0789 Del by 60 DARO. Unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) solicitations between $25,000-$100, 000 solicitation will be made in writing all responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008026) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--METER, VOLUMETRIC PO SOL SP0440-97-Q-T384 DUE 123096 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)745-7918. For copies of RFQ solicitations, contact: Sharon quint er/AX403/804-745-7918. contracting officer: Shirley ma xey/804-279-3364. DESC: PR-NO: YPG96313000676 NSN 6680-01-292-5195, part number: Emerson electric, Co., Brooks instrument Div., C age 08712, P/N ba-80 AL (reference Brooks Dwg BA-80-108.L) length 26 1/2 inches. @LIQUID flow rate 600.0 gallons per minute Maxim UM @DISPLACEMENT type rotor 4 -EA Del to Barstow CA 92311-5014 Del by 90 DARO. Other than full and open (10 U.S.C. 2304(C)(1)) (FAR T.302-1) additional remarks: (1) see synopsis guidance info., and (2) buyer's FAX # is 804-745-7955. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008027) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--INDICATOR, SIGHT, LIQUID SOL SP0440-97-Q-BP03 DUE 012297 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Shirley M axey/804-279-3364. DESC: PR-NO: YPG96313000818 NSN 6680-00-663-7199, drawing number: navdwg A401052 Rev 12 DTD 92 Dec 08. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. CICA: O/A length 6.250 in nom O/A ht 18.500 in nom sight ht 14.875 in nom fluid cap 2.250 OZ matl steel 4 -EA Del to Jacksonville FL 32212-0097 Del by 90 DARO. Duration of contract period: 1 year or $100,000.00 unrestricted additional remarks: this solicitation is for an indefinite quantity purchase for a period of one year or $100,000.00 whichever comes first. The quantity of 39 is an estimated quantity -- there are no guarantees for quantity. Solicitations between $25,000-$100, 000 solicitation will be made: in writing all responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008028) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--CELL ASSEMBLY, OPTICAL INSTRUMENT SOL SP0440-97-Q-T387 DUE 123096 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)745-7918. For copies of RFQ solicitations, contact: Sharon quint er/AX403/804-745-7918. contracting officer: Shirley ma xey/804-279-3364. DESC: PR-NO: YPG96317001098 NSN 6650-01-045-5492, drawing number: I/A/W Dwg NR 80063 SM-D-850490 Rev F, basic DTD 84 Apr 06. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. @MATERIAL glass @STYLE designator A1 crossline @GRADUATIONS/markings cross line Tech data package availability: 200 -AY Del to Tracy CA 95376-5000 Del by 90 DARO. Additional remarks: (1) see synopsis guidance field, and (2) buyer's FAX # is 804-745-7955. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008029) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GYROSCOPE, RATE SOL SP0440-97-R-0443 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Karen mckinn ey/AY804/804-279-4780, contracting officer: Stephen SM ith, Capt., USAF/804-279-5008. DESC: PR-NO: YPG96326000781 NSN 6615-01-062-6730, gyroscope, rate, source ctl item. Allied Signal Inc., CAGE 63395, P/N 206350 57 -EA Del to Tracy CA 95376-5000 Del by 120 days. IAW Dwg NR (20418) 633828, Rev F basic DTD 93 Oct 01. Option to increase qty 100%. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. See NOTE 12. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008030) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--PROBE, TEMPERATURE SOL SP0440-97-Q-BP02 DUE 012297 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Shirley M axey/804-279-3364. DESC: PR-NO: YPG96302001936 NSN 6685-00-872-8690, part number: Rosemount aerospace, P/N 102AH2AF. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. CICA: de-iced platinum resistance type total temperature probe for high performance aircraft application where accurate total temperature measurements are required, probe features de-icing heater which dissipates 260 Watt/nominal/under/IN-FLIGHT icing conditions W/115V AC or DC applied, sensing element protected from small foreign particles such as sand, ice & insects. 7 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. Duration of contract period: 1 year or $100,000.00 unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) additional remarks: this solicitation is for an indefinite quantity purchase for a period of one year or $100,000.00 whichever comes first. The quantity of 18 is an estimated quantity -- there are MP guarantees for quantity. Solicitations between $25,000 - $100,000 solicitation will be made: in writing all responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008066) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, LIQUID SOL SP0440-97-Q-T386 DUE 123096 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)745-7918. For copies of RFQ solicitations, contact: Sharon quint er/AX403/804-745-7918. contracting officer: Shirley ma xey/804-279-3364. DESC: PR-NO: YPG96318000533 NSN 6680-01-267-7405, part number: Parker-Hannifin Corp., gull Electronic Systems Div., CAGE 26055, P/N 027-047-004. Grumman Aerospace Corp., CAGE 26512, P/N 128SCP230-7. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. CICA: see AID, no addl data. 11 -EA Del to Jacksonville FL 32212-0097 Del by 90 DARO. 19 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) additional remarks: buyer's FAX # is 804-745-7955. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008069) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--QUADRANT, INDICATOR SOL SP0440-97-Q-U356 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Karen Harris /AY801/804-279-4510, contracting officer: Patsy Bargo/ 804-279-3548. DESC: PR-NO: YPG96324000473 NSN 6610-00-133-1857, quadrant, indicator, jet electronics & technology Inc., CAGE 25583, P/N 565-1705-01 CICA; material cres composition 17-4 PH cond. H IAW AMS5355, alt matl cres 416 IAW QQ-S-764 O/A width 40.483 IN, O/A depth 13.55 IN. 144 -EA Del to Tracy CA 95376-5000 Del by 60 days. 43 -EA Del to San Diego CA 92132-5044 Del by 60 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008074) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TUBE ASSEMBLY, ELEVA SOL SP0440-97-Q-U350 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Jennifer WRE NN/AY903/804-279-4682, contracting officer: Patsy barg O/804-279-3548. DESC: PR-NO: YPG96324000580 NSN 6615-00-226-4622, tube assembly, eleva parkerhannifin Corp control systems Div., CAGE 82106 P/N 93260-109 3 - EA Del to Kelly AFB TX 78241-5312 Del by 60 days. 1 -EA Del to Dover AFB DE 19902-6639 Del by 60 days. Unrestricted. Specifications, plans or drawings relating to the procrement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008075) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--MICROWAVE LINE-OF-BEARING SYSTEM SOL DATM01-97-R-0007 DUE 012397 POC Contract Specialist, Elizabeth Arispe at (817) 288-9539 or Contracting Officer, Ted Panknin at (817) 288-1305 (Site Code DATM01) DESC: Commercial sources sought for one Microwave Line-of-Bearing (LOB) system which will provide automated and manual LOB and signal analysis within the frequency range of 1 - 96 GHz and be controllable through an IEEE STD 488 Digital Interface. Composed f: receiver (tuner); antenna; system controller with signal processor and display; RF distribution circuitry; RF and system interconnecting cabling and power cord(s); special maintenance items (ie. card extenders); rack mount hardware; and operator manuals electrical schematics, and parts list. The system will function as an antenna system for a millimeter wave receiver. System will be used primarily to test the vulnerability to Electronic Support Measures (ESM) and to document test ground truth in the microwave range. All responsible sources may submit an offer. All requests for solicitation must be submitted in writing. CITE: (I-338 SN008215) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 66 -- MAINTENANCE OF TWO (2) RADIOGRAPHIC LINEAR ACCELERATORS SOL N68936-97-Q-0456 DUE 120696 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis the following: Maintenance of two (2) radiographic linear accelerators, for models Varian L-6000 and Varian L-200. Due to the proprietary rights, this requirement is sole-sourced to Varian Oncology Systems in Ranch Cucamonga, CA. The period of performance is award through 30 September 1997, FOB point is Destination at China Lake, CA. The SIC Code is 7699 and the small business size standard is $5 million. Any firms believing that they can provide the required services shall submit a written response to be received at the Contracting Office no later than 5 DAYS after the date of publication of this notice, clearly showing its ability to provide the required services. All responsible sources which comply with the criteria above, may submit literature which will be considered by the agency. Respondents shall submit their quotations to Shelli L. Burt, at the above address or fax to the above number on or before December 11, 1996. This acquisition is being awarded under FAR Part 12 procedures. Award is expected to be made on or before December 22, 1996. See Note 1 and 22. CITE: (I-338 SN008389) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 66 -- FLASH X-RAY MACHINE OPTIONAL EQUIPMENT SOL N68936-97-Q-0455 DUE 120696 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure, on an other than full and open competition basis, the following: Flash X-Ray Machine Option 0001, Add-on Channel, P/N 43733A, one (1) each; Flash X-Ray Machine Option 035, Dueal Remote Output, P/N 43733a, one (1) each; and Flash X-Ray Machine Option 037, Substitute Soft X-Ray tubes, P/N 43733A, one (1) each. Due to the compatability, this requirement is sole-sourced to Physics International Company in San Leandro, CA. The delivery is required on or before September 30, 1997, FOB point is at Destination, China Lake, CA. The SIC Code is 3844 and the small business size standard is 500 employees. Any firms believing that they can provide the required services shall submit a written response to be received at the Contracting Office no later than 5 DAYS after the date of publication of this notice, clearly showing it's ability to provide the required equipment. All responsible sources which comply with the criteria above, may submit literature which will be considered by the agency. Respondents shall submit their quotations to Shelli L. Burt, at the above address or FAX to the above number December 11, 1996. This acquisition is being awarded under FAR Part 12 procedures. Award is expected to be made on or before December 22, 1996. See Note 1 and 22. CITE: (I-338 SN008392) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 66 -- 6665 COMBUSTIBLE INDICATOR SOL N0017497Q0089 DUE 121896 POC Kay Proctor, Purchasing Agent, 301-743-6680. DESC: Combustible Indicator per NSN# 6665-01-2948859 Quantity 10 each. This is "Total Small Business set aside". "Request for this quote should be addressed to the attention of Kay Proctor 1141W (301) 743-6546. CITE: (I-338 SN008412) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Room 6875, JEH-FBI Bldg., 935 Pennsylvania Ave., NW, Washington DC 20535 SUBJECT: 66 -- KAY ELEMETRICS DSP 5500-1 SYSTEM SOL 7057 POC Deborah F. Chin, Contract Specialist, 202 324-5723. DESC: This is a combined synopsis/solicitation. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. This is a "specific make or model" procurement. Line item 0001 shall be for one Kay-Elementrics DSP 5500-1 quantity 2, 0002 Printer 5511 quantity 2, 0003 PC (SCSI) Interface 5636 quantity 2, 0004 CSL 4300-1 quantity 2, 0006 Maintenance services for the equipment listed on CLINS 0001, 0002, 0003, 0004 and 0005. Shipping is FOB-Destination to Quantico, Virginia. Options for three (3) complete or partial systems over the next 36 consecutive months are required and shall be listed by CLINs in seperate tables in the cost proposal. The FBI requires the Kay-Elemetrics DSP 5500-1, a digital spectrograph, capable of producing a high resolution hard copy spectrogram. The digital equipment must produce a hard copy spectrogram with a degree of gray scale comparable to an analog output spectrogram. The DSP 5500-1 achieves this by incorporating a high resolution line printer and the Kay-Elemetric's proprietary algorithm. The spectrogram or voice print is used to compare the recorded voice of an unknown individual with the known voice samples of suspects. This method requires that an examiner make visual observations of hard copy spectrograms generated from the recorded voices for comparison. Kay-Elemetrics Corporation of Lincoln Park, New Jersey is the only manufactuer of a digital spectrograph capable of a high resolution hard copy spectrogram. Footnote 22 has been modified to "This proposed contract action is for supplies or services for which the government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this synopsis/solicitation will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the descretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement." The following FAR clauses/provisions are applicable to this acquisition: (a) 52.212-1 Instructions to Offerors-Commercial, (b) 52.212-2 The following factors shall be used to evaluate the offeror(listed in order of importance) (1) Price (2) Past performance (3) Technical capability of items offered (c) 52.212-3 Offeror Representations and Certifications-Commercial Items, and offeror is hereby advised to include a completed copy of this provision with the offer (d)52.212-4 Contract Terms and Conditions-Commercial Items (e)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Additional clauses cited in 52.225-3, Buy American Act-Supplies; 52.225-9, Buy American Trade Agreements North American Free Trade Agreements Implementation Act. The cost proposal shall included prices for all 6 contract line item numbers for the current government fiscal year and three option years (36 months), the commercial price list and three government agencies who have purchased the above listed equipment within the past year. The government agency references shall include a point of contact with complete address, voice and facsimile phone numbers. The Federal Bureau of Investigation intends to negotiate on a sole source basis with Kay-Elemetrics Corporation of 2 Bridgewater Lane, Lincoln Park, New Jersey 07305-1488. The offer is due to FBI Attn: Deborah Chin, Room 6875, 935 Pennsylvania Ave., N.W., Washington, D.C. 20535 by 10:00 am 12/20/96. The proposal shall be received at FBI Headquarters on 12/20/96. The proposal is requested to be honored through 2/20/97. CITE: (I-338 SN008418) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 66 -- 6665 COMBUSTIBLE INDICATOR SOL N0017497Q0089 DUE 121896 POC Kay Proctor, Purchasing Agent, 301-743-6680. DESC: Combustible Indicator per NSN# 6665-01-2948859 Quantity 10 each. This is "Total Small Business set aside". "Request for this quote should be fax to the attention of Kay Proctor 1141W (301)743-6546. CITE: (I-338 SN008419) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Taipei Economic And Cultural Representative Office in The United States, Defense Procurement Division, 5010 Wisconsin Avenue, NW., Washington, DC 20016 SUBJECT: 66--ATMOSPHERE EQUIPMENT MAINTENANCE SPARE PARTS SOL EA6117-C076 DUE 121996 POC Mr. Hsu, Wei-Kuang, (202) 895-6804. DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires: ATMOSPHERE EQUIPMENT MAINTENANCE SPARE PARTS LIGHT UNIT etc., 13 ITEMS. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division, 5010 Wisconsin Avenue, NW., Washington, DC 20016; telephone: (202) 895-6804, telefax: (202) 966-4578. Persons interested in obtaining a copy of the bidder's package should contact the Division by telefax by DEC 19, 1996. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B ``RATING'' is prefered. All responsible source may submit an offer. CITE: (M-338 SN008282) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 67--FILM PHOTOGRAPHIC SOL SP0440-97-Q-U284 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Jennifer WRE NN/AY903/804-279-4682, contracting officer: Patsy barg O/804-279-3548. DESC: PR-NO: YPG96058000566 NSN 6750-01-254-8430, film photographic, Eastman Kodak Co., CAGE 19139, P/N 123-5720, IAW NR mil-std 129M for S/L markings basic DTD 93 Jun 15. Shelf life 36 months @FILM type aerial @MATERIAL plastic, polyester @EMULSION type Black and white @REPRODUCTION type duplicating @EMULSION sensitivity blue sensitive @RESOLVING power not rated @BASE color clear @EXPOSURE index not rated @BASE material thickness 0.0070 inches nominal @WIDTH 24.000 inches nominal @USAGE form sheet @WATER resistance quality not included Tech data package availability: 254 -BX Del to (Call contracting office) Del by 90 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008062) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: OPTEC CONTRACTING ACTIVITY, BLDG 91035, P.O. BOX Y, FORT HOOD TX 76544-5056 SUBJECT: 67--HIGH SPEED VIDEO SYSTEM SOL DATM01-97-R-0004 DUE 012297 POC Contract Specialist, Elizabeth Arispe at (817) 288-9539 or Contracting Officer, Ted Panknin at (817) 288-1305 (Site Code DATM01) DESC: The Government intends to issue a Request for Proposal (RFP) to purchase one each High Speed Video System and delivered to Ft. Bragg, NC. This requirement shall be used to acquire high speed video images of items of equipment being tested. Video imags shall be used for test documentation and scientific and engineering evaluation of equipment being tested. The system is comprised of: video cameras; video camera lenses; video recorders; Pentium class processor; array processor; ancillary hardware, cable, connectors; integration effort; and software. The devices described in the solicitation are required to be compatible with existing government owned video and automated data processing equipment. Proper interfacing of cameras, recorders, automated data processing equipment, and ancillary electronic devices will be required for total system utilization. All responsible sources may submit an offer. All requests fo the solicitation must be submitted in writing. CITE: (I-338 SN008213) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 67 -- HIGH SPEED MOTION FRAME CAMERA SOL N68936-97-1-0459 DUE 120696 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis the following: PSI-164-32-11AC Camera, High-Speed Motion, 2 each; and PSI-164-8-115AC Camera, High-Speed, 2 each. Due to the unique capabilities, this requirement is sole-sourced to Photographic Analysis Company in El Toro, CA. The delivery is required on or before February 06, 1997, the FOB point is Destination at China Lake, CA. The SIC Code is 3861 and the small business size standard is 500 employees. Any firms believing that they can provide the required equipment shall submit a written response to be received at the Contracting office no later than 5 DAYS after the date of publication of this notice, clearly showing it's ability to provide the required services. All responsible sources which comply with the criteria above, may submit literature which will be considered by the agency. Respondents shall submit their quotations to Shelli L. Burt, at the above address or FAX to the above number on or before December 11, 1996. This acquisition is being awarded under FAR Part 12 procedures. Award is expected to be made on or before December 22, 1196. See Note 1 and 22. CITE: (I-338 SN008391) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--CLEANING COMPOUND, AIRCRAFT SURFACE SOL SP0450-97-Q-N254 DUE 011097 POC Contact: for copies of RFQ (request for quotation) please F AX requests tobuyer: Flora Clark/AC423/dscr/jdpc 804-2 79-6008 OR 6347. for information only about this solic itation; Call 804-279-4911. DESC: PR-NO: YPG96326000818 NSN 6850-01-237-8004, cleaning compound aircraft surface 315 -Dr Del to Richmond VA 23297-5900 delivery 60 days ARO unit qty is a 55 gal net drum spec MIL-C-35570B and QPL apply (see NOTES 9 and 23) ABVM will apply this solicitation will be made in writing. Anticipated award date will be Feb 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008031) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--DECONTAMINATING AGENT, STB SOL SP0450-97-Q-N256 DUE 011097 POC Contact: for copies of RFQ (request for quotation) please F AX requests to buyer: Flora Clark/AC423/DSCR-JDPC 803279-6347 OR 6008. forinformation only for this solicit ation 804-279-4911. DESC: PR-NO: YPG96318000549 NSN 6850-00-297-6653, decontaminating agent, stb 850 -Dr Del to Richmond VA 23297-5900 delivery 90 days ARO EPA registration/labeling is not required spec MIL-D-12468C (see NOTE 9) shipping name: calcium hypochlorite ABVM will apply this solicitation will be made in writing. Anticipated award date is: Feb 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-338 SN008070) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: Naval Air Warfare Center Training Systems Division, Code 27324, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 69 -- CONTRACTOR OPERATION AND MAINTENANCE OF SIMULATORS (COMS) SOL N61339-97-R-0004 POC John W. Purser, Contract Specialist, (407)380-4011 DESC: This requirement is set-aside 100% for Small Business. Contractor Operation and Maintenance of Simulators (COMS) services with full supply support are to be performed for all Marine Corps Ground Training Devices for the next five (5) years at Marine Corps Air Ground Combat Center, Twentynine Palms, CA (MCAGCC), Marine Corps Base Camp Pendleton, Oceanside, CA (MCB Camp Pendleton), Marine Corps Base Hawaii, Kanoehe Bay, HI (MCB Hawaii), and Expeditionary Warfare Training Group Pacific, Coronado, CA (EWTGPAC). Contract award is planned for August 1997. The requirement includes an FY 97 initial performance period of one-month mobilization and four (4) one-year options for FY 98 through FY 01, and eleven (11) months in FY 02 for a total of five (5) years performance. This is a negotiated procurement. Secret clearance is required. RFP #N61339-97-R-0004 will be issued in January 1997. No formal solicitation is available at this time. Electronic transmissions will not be accepted. CITE: (I-338 SN008503) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DISA-DITCO/DTS42, Scott AFB IL, BLDG 3600 62225-5406 SUBJECT: 70--LEASING OF MID-TIER HARDWARE/SOFTWARE/MAINTENANCE SOL N/A DUE 121796 POC Contact: Shirley C. Richey, 618-256-9461 DESC: Synopsis Number 97044. The Defense Information Systems Agency (DISA) is considering leasing New Technology that replaces Mid-Tier automation equipment (Hardware, Software, and Maintenance) and any other associated peripheral equipment. Currently the 16 DISA Defense Megacenters (DMCs) have a mix of Mid-Tier Unix Systems such as IBM RISC, HP, Sun, SGI, DEC, etc. DISA wants the capability to have immediate and continuing access to the latest architecture at a competitive cost and is interested in leasing to reduce its costs rather than procuring these system. DISA's requirement has been the result of downsizing and the consolidation of numerous Information Processing Centers (IPCs). It is DISA's intent to fully promote full and open competition in acquiring leasing vehicles to support the mid-tier requirements. The Government solicits industry input on how best to solicit leasing vehicles for the mid-tier platform. Input is solicited on the following issues: 1. Is it cheaper for the Government to lease these systems rather than procure them once all associated costs such as the cost of money, cost of title, taxes, cost of equipment, etc. is figured into the price? 2. Leasing within the DOD was deemed not cost effective in the past. What has changed that would make it cost efective today? 3. How would hardware maintenance be handled in a straight lease vs LTOP, LWOP, etc.? Would the Government be permitted to use a 3rd party for maintenance? What is most cost effective? 4. Is a straight lease for this kind of equipment more cost effective than an LTOP or RTOP? 5. How many months would be considered the break even point with this technology whereby purchase would have been better than lease? 6. Do you have DOD customers that are using O&M funds for LWOP's? Can you provide us with POC's? 7. DISA is very interested in having the capability to swap equipment in the middle of the lease for the latest technology. This "Class of Technology" clause is different from the standard technology refreshment clause. DISA wants an 18 month technology refresher option. What would be best to provide this capability? 8. Do you have or could you propose a leasing vehicle that would provide this continuing access to new technology? Responses are required by close of business December 17, 1996. CITE: (I-338 SN008249) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- ANALOG-TO-DIGITAL CONVERTER VME BOARD (SYSTEM) SOL N68936-97-Q-0454 DUE 120696 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure, on an other than full and open competition basis, the following: P/N VMIVME-3128-000 Scanning 14-bit Analog-to-Digital Converter VME board, 7 each; P/N VMIVME-3413-011, 32 Channel Signal Conditioning Board, 14 each; P/N VMIVME-5588-1100, 512KB Relective Memory with 4K transfer FIFO, 3 each; P/N VMIVME-9300-071-DEF 25 MHZ 68040 4 bytes Shared DRAM and VMIC UIOC Firmware, 2 each; P/N VMIVME-000-64-001 64 pin cable assembly 1-foot, 14 each; VMIVME-000-64-005, 64 pin cable assembly 5-foot, 28 each; VMIVME-000-F3-A03 Fiber-Optical Cable with terminators, 50-foot, 3 each; VMIACC-BT01-ABC, dual 64 pin Transition Panel, 28 Graphics Onyx System running Iriz 6.2 or later plus 1 year maintenance, 1 each; and SW-UIOC1-ABC-DEC, UIOC Host Software Utilities Package plus 1 year maintenance, 1 each. All of the above items makes a complete system. Due to the unique capabilities, this requirement is sole-sourced to VMIC Microsystems International Corporation in Huntsville, Alabama. The required delivery date is on or before January 15, 1997 and the FOB Point is Destination at China Lake, CA. The SIC Code is 7373 and the small business size standard is $18 million. Any firms believing that they can provide the required equipment shall submit a written response to be received at the Contracting Office no later than 5 DAYS after the date of publication of this notice, clearly showing it's ability to provide the required equipment. All responsible sources which comply with the criteria above, may submit literature which will be considered by the agency. Respondents shall submit their quotations to Shelli L. Burt, at the above address or FAX to the above number on or before December 11, 1996. This acquisition is being awarded under FAR Part 12 procedures. Award is expected to be made on or before December 22, 1996. See Note 1 and 22. CITE: (I-338 SN008393) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 -- ADVANCED FILE AND PRINT SERVER CD-ROM, SITE LICENSE SOL MART-97-049 DUE 121896 POC Linda Reynolds-Franklin, Contracting Officer,(202) 307 307-9243 Fax (202) 307-9528. DESC: The United States Marshals Service anticipates awarding a purchase order using simplified acquisition procedures. Requests for solicitations must be submitted in writing or by fax. Telephone requests will not be honored. It is anticipated that solicitation MART-97-049 awarded on or about December 20, 1996. CITE: (I-338 SN008414) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 70 -- 7010 OPTICAL SERVER SOL N0017497Q0087 DUE 121896 POC Kay Proctor, Purchasing Agent, 301-743-6680. DESC: Optical Server File Magic Microsoft Nt Server 3.51, Microsoft SQL Server seagate back-up exec for nt. Server w/SQL Backup 2 HP 40 GB Jukebox w/16 Optical Platters. 2 HP On-site Maintenance Next Day Annual Opti-Mirror Optical Software 2 OTG Diskextender Optical Device Drivers. 2 Labor to install configure test server. 40 conversion of existing netware server to windows nt serv 8 clientg connectivity to windows. Quantity 1 each. This is "total small business set aside". "Request for this quote should be fax to the attention of Kay Proctor 1141W (301) 743-6546. CITE: (I-338 SN008417) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: General Services Administration, FSS bid room, c-39, 1941 Jefferson Davis Hwy, Arlington, VA 22202 SUBJECT: 72--HOUSEHOLD & COMMERCIAL FURNISHING CARPET, RUGS, CAREPT TILES, CARPET CUSHIONS, RESILIENT FLOORING, VINYL, RUBBER TILE & ROLL GOODS SOL 3FNH97F301N DUE 012897 POC Sherrill Marlow (703)3056214 or Donald Neidig (703)3056745 DESC: The GSA's National Furniture Center (3FNHF-CO) intends to issue an open Season solicitation for Mas 72, part I, section a for Carpet and vinyl flooring on or about December 19, 1996. Contractors will have 30 days after issuance in which to submit an offer. The schedule solicitaion will be changed to incorporated portions of the Federal Acquisition Streamlining Act of 1994 (FASA)dealing with specific changes to the truth in negotiations act (tina), and revised statutory authorities for the acquisition of commercial items. SCHEDULE72 I B, resilient flooring, vinyl, rubber tile & roll goods will be added to this schedule. Preaward testing must be submitted with the offer. Test resultsmust be dated no earlier than 60 calendar days before the solicitation closing date for new offers, and 180 days for current schedule contractors. Test results will be reviewed to determine if they are complete, accurate, and show passing results for all required tests. Offers will be notified of the results of this review, and will be given 30 calendar days to make any necessary correctins. Failure to submit complete, accurate, passing test results within the time given will result in rejection of the offer for the applicable item)S). the contract period is October 1, 1997, or date of award, whichever is later through September 30, 2002. Special item numbers (SIN) 31-2A, 31-2B, 31-2C and 31-3 are set-aside for small businesses. Copies of the solicitation can be obtained from the GSA bid room address listed above or by calling (703)305-6211. do not contact the POC listed above for copies of the solicitation. Questions may be directed to Sherrill Marlow on (703)305-6214 or Donald Neidig on 703)305-6745. CITE: (I-337 SN007763) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 72--PAIL, UTILITY, CORROSION-RESISTING STEEL SOL SPO200-96-R-5044 DUE 011497 POC Contact: receptionist 215-737-3100 DESC: PR-NO: YPM96250000002 NSN 7240-00-773-0975, 4,266 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 Mar 97. 291 -EA Del to Tracy CA 95376-5000 Del by 01 Mar 97. 729 -EA Del to Ogden UT 84407-5701 Del by 01 Mar 97. See NOTE: #9 total qty 5286 each, with an adddt'l opt qty of 100%, Del to DD Mech, PA., DD Tracy, CA., and DD Ogden, Utah, size, dimensions, 12 quart min., capacity, 30 day rfp-issued O/A 12/14/96, sched. Del per bng 97 Mar 01 and ending the same, POC: proc.agnt, R. D. Lott, on 215-737-7368, or KO, L. J. Walsh, on (215) 737-2299, unrest. acq with eval pref for SDB concersn, all responsible sources may submit a proposal which shall be considered by the agency. Approx. bid opening dte is 011497. This is only an EST. dte. Solicitation requests may be transmitted via: facsimile # (215) 737-4450. All responsible sources may submit offer which DPSC shall consider. CITE: (I-338 SN007966) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Contracting Office, P O Box 1609, Oceanside, CA 92051-1609 SUBJECT: 73 -- BUILT - IN DISHWASHERS SOL M00681-97-Q-0920 POC Gloria Muchemore, Contract Specialist 619-725-1937. DESC: The Government intends to procure the following under the Simplified Acquisition procedures; Dishwashers, built-in. Color: white. Model WDB212RBM; Manufacturer: White Westinghouse OR EQUAL. Specifications: pump and motor assembly, 1/3 HP 3450 RPM, 115 VAC 60 HZ, thermally protected. Reversing motor with main, wash phase and drain phase. Relay controlled. Heat or air dry option. Thermostat to heat sump water to approximately 145 degrees with outer door in place, tub and tub door liner constructed of polypropylene. Quantity; 200 each. Request for quotation will be available 16 December 1996. This is a Small Business Small Purchase Set-Aside. The anticipated award date is on or about 31 December 1996. All responsible sources may submit a Quotation, if received in a timely manner, shall be considered by the Agency. You may request a copy of the RFQ by FAX: 619-725-8445. CITE: (I-338 SN008083) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: Accounts and Finance Department, Communications Sector NTT Chugoku Regional, Attn: Mr. Hiraoka, Mr. Nakamoto 6-77 Motomachi, Naka-ku, Hiroshima-City, Hiroshima Pref., 730 Japan Telephone: +81-82-226-2592 SUBJECT: 74--JAPAN; (I) DESKTOP TYPE COMPUTER (II) NOTE TYPE COMPUTER SOL KANPO 08-152 (TyuKei Kai 76) DUE 011797 POC NTT America, Inc., Corporate Headquarters, 101 Park Avenue, 41st. Floor New York, NY 10178, (212) 808-2296 also NTT America, Inc., Pacific and Western Division, 700 E. El Camino Real, Suite 200, Mountain View, CA 94040, (415) 940-6565. DESC: Products outline; Multimedia-able personal computers that operate in the Japanese-language Windows' environment. Please refer to Tender Document for details. Quantity; (i) about 1,200 units (ii) about 1,600 units. Delivery date; March 10, 1997. Delivery site; The branch of NTT Chugoku district. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDER DOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT. TENDER DOCUMENTATION is available for $30 (Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc. NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS. The language used for application shall be Japanese or English. CITE: (M-338 SN008363) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services Administration, Business Service Center, region 226 Federal Plaza, RM 18-130 New York, New York 10278 SUBJECT: 75--7530 - ENVELOPES, MAILING SOL 2FYP-DH-960007-S POC Yvette Rodriguez 212-264-2699 DESC: Envelopes, mailing solicitation 2FYP-DH-960007-S has been amended. The newopening date is scheduled for January 16, 1997. Envelopes, mailing - solicitation 2FYP-DH-960007-S has been amended. The new opening date is scheduled for January 16, 1997 at 11: 00AM. CITE: (I-338 SN007963) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: General Services Administration, 2FYS, Business Service Center region 2, 26 Federal Plaza, RM 18-130, New York, NY 10278 SUBJECT: 81--BOX SHIPPING, CORRUGATED FIBERBOARD, SINGLE WALL SOL 2FYS-BG-96-0002-S DUE 022197 POC Margo michelsen-clare 212-264-2669 DESC: Domestic pre-invitation notice: sources sought synopsis. we propose to issue solicitation No. 2FYS-BG-96-0002-S. we propose to issue solicitation no 2FYS-BG-96-0002-S on or about 1/21/97 specification No. ASTMD5118 dated 9/6/94. opening date: 2/21/97. requirements contract: 8/01/97 thru 7/31/99. Federal stock #S. various. size, dimensions: various. unit of issue: bundle. Place of delivery: various GSA zones. all bidders who are interested in receiving a copy of this solicitation should respond no later than 12/31/96. CITE: (I-337 SN007758) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 81 -- BOX, AMMUNITION SOL DAAA03-97-T-0017 DUE 011097 POC Retha Sprinkle, Purchasing Agent, (501) 540-4092. DESC: Box, Ammunition, Wirebound, Packing, Wood, Grade A Type II, Class I, IAW 9354467B and Mil Spec B-46506D, Qty: 2700 each. Liner, Rear, Size 11 1/2-1/8 X 17 1/8 X 3/8" thick IAW Dwg 9390714B, Qty: 3500 each. Liner, Front, Size 11 1/8 - 1/8 X 11 1/8 -1/8 X 3/8" Thick IAW Dwg 12630596, Qty: 4000 each, and Seperator, Panels, Wood/Wood Base, Type A, IAW Spec 1-1-55057A, Size 17 1/8 X 11 1/2 - 1/8 X 1/2" Thick IAW Dwg 9390713B. F.O.B. Destination, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Quote No: DAAA03-97-T-0017, issue on or about 18 Dec 96 with oprning on or about 15 Jan 97. All responsible small business sourceses may submit a quote to be considered by the Contracting Office. To receive a copy of solcitation package, fax request to: 501/540-4090 or 501/540-3730, or write to address listed above. See Numbered Note(s): 1. CITE: (I-338 SN008090) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: BLUE GRASS ARMY DEPOT, PROCUREMENT OFFICE SIOBG PO, 2091 KINGSTON HWY, RICHMOND KY 40475-5115 SUBJECT: 81--FIBERBOARD BOXES, COLLAPSIBLE, FOR HIGH EXPLOSIVES. SOL DAAC02-97-Q-0012 DUE 121096 POC Purchasing Agent Teresa G. Jones (606) 625-6867 Contracting Officer Cherryl P. Davenport (606)625-6866 (Site Code DAAC02) DESC: Requirement is for 30,000 fiberboard boxes for use with high explosives. Boxes are collapsible, top and bottom, type SF, Class V3S, 14.375" wide X 17.625" long X 7.125" deep, with cover depth 7.625". Glued assembly. Contractor must certify compliancewith Picatinny Arsenal Drawing to be provided with Solicitation. All business sources may submit a quote which shall be considered. Requests for the RFQ must be in writing and may be datafaxed to (606)625-6860. Allow next business day (Mon thru Thurs) for eceipt of faxed solicitation. This solicitation is also being broadcast via EDI. Telephone requests will not be acknowledged. See Note 1. CITE: (I-338 SN008239) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--TENT, TEMPER, FLOOR SOL SP0100-97-R-4007 DUE 012197 POC Contact: DPSC-FOTM-1 buyer-william Kaufman 215/737-2434 DESC: PR-NO: YPT96300000001 the following description corrects information that was published in CBD issue PSA1718 dated 11/8/96, page 26: solicitation will be for three items, NSN 8340-01-186- 3025, insulated floor (green), quantity 800, NSN 8340-01-186-3027, vestibule floor (green), quantity 1300, and NSN 8340-01-198-7623, vestibule floor (grey), quantity 200. There will be six deliveries to Ogden Utah beginning 240 days after award. A technical proposal will be required all materials will be furnished by the successful offeror. This is a total set aside for small business. Requests for solicitations may be faxed to 215-737-8143. CITE: (I-337 SN007810) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--CLOTH CHAMBRAY (NAVY BLUE) SOL 1PI-R-0658-97 DUE 012397 POC Contract Specialist, JAMES, MINNIE, 202/508-3940 DESC: Unicor, Federal Prison Industries (FPI) This is a one year requirement, Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for Cloth Chambray 50% Cotton and 50% Polyester Blend. Color Navy Shade Blue 3372 Width 60" Wide. This clth shall conform to MIL-C-87065A Specifications. Guarnanteed Minimum Quantity 362,880 yards not to exceed the maximum quantity of 544,320 yards. This cloth is for shirts. Delivery is FOB Destination to FCI Butner North Carolina. Delivery is required 45 day after receipt of first delivery order, thereafter the remaining deliveries are required 30 days after receipt of delivery order upon award of contract. This contract requires a source inspection for shade evaluation from the most current Defense Personnel Support List Center "Qualified Laboratory List Publication. All requests for solicitation must be in writing on your company letterhead. Telephone request will not behonored. All responsible sources may submit a bid which shall be considered by the Agency. Fax your request to 202-508-8498, please indicate you company size, large or Small. It should be noted that the evaluation will be based on Past Performance and CITE: (I-338 SN008234) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--VEST SURVIVAL AIRCREWMAN'S (AIRSAVE) SOL SP0100-97-R-2001 DUE 011297 POC Contact: dpsc-fndd buyer-marie L Brywka 215/737-5639 DESC: Manufacturing plan is added as an evaluation factor in this best value/source selection acquisition. the quantitites have been changed to the following: item 1 vest type i-10, 968 EA; item 2 vest type ii-2, 334 each; item 3-KNIFE pocket-1.022 EA; item 4-RADIO pocket-1.022 EA; item 5 general pocket-2, 595 EA; item 6 Heed pocket type i-1, 517 EA; item 7 Heed type iii-350 EA; item 8 pistol pocket-233 EA. anticipated solicitation issuance date is revised to 15 Dec 96. CITE: (I-337 SN007809) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SOCK, WINTER (WOOL AND COTTON) SOL SP0100-97-R-0009 DUE 020197 POC Contact: DPSC-FRFB-2 buyerscott Kromis 215/737-7446 DESC: Solicitation will be negotiated using best value techniques. Evaluation factors may include product demonstration models, past performance, EDI, quick response and socio-economic programs. NSN: 8440-00-153-6717(S). All material to be supplied by awardee. Minimum: 173,000 PR., max. 300,000 PR. plus 2 100% options. Various destinations. Pre solicitation notice 97-PC-0003 applies. Commercial item description A-A-55302 applies. All responsible sources may submit offer which DPSC shall consider. CITE: (I-338 SN007883) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Federal Bureau of Prisons, Regional Contracting, 3600 Spurr Rd., Qtrs. #14, Lexington, KY 40511 SUBJECT: 89 -- SODA SUPPLIES SOL IFB 118-0152 DUE 011597 POC Curtis A. Courtney, Contracting Officer, (606) 253-8885. DESC: The Federal Bureau of Prisons, Federal Correctional Institution, Petersburg, has a requirement for soda supplies and related equipment. The contractor shall be required to supply two to six dispensers, based on FCI need, each with 6 spouts. The contractor shall also furnish 15 to 30 CO2 tanks, as directed by the FCI, for exhange on a one for one basis. Line item pricing will be required on the following supplies, at the indicated estimated yearly quantities, for each year of the contract (estimated 5 to 1 mix ratio for regular soft drinks, 5.5 to 1 mix ratio for diet soft drinks): 1) Cola, non-alcoholic, carbonated, 5 gallon size, 470 "Bags in a Box" (BIB); 2) Diet Cola, non-alcoholic, carbonated, 5 gallon size, 470 BIB; 3) Orange Soda, non-alcoholic, carbonated, 2.5 gallon size, 940 BIB; 4) Cherry Cola, non-alcoholic, carbonated, 2.5 gallon size, 940 BIB; 5) Grape Soda, non-alcoholic, 2.5 gallon, 940 BIB. The base year of the contract shall run for twelve months from date of award, with four (4) one year option periods for renewal. It is anticipated solicitation packages will be mailed out approximately December 19, 1996, with an approximate due date of January 15, 1996. It is anticipated this solicitation will result in a Firm-Fixed Price Requirements type contract. All responsible sources may submit a bid which may be considered for award. No collect calls will be accepted. CITE: (I-338 SN008125) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O. Box 225, Stoneville, MS 38776-0225 SUBJECT: 89-VEGETABLE OIL WITH EMULSIFYING AGENT ADDED SOL 97-4431-004 DUE 020797 POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361 DESC: The USDA, ARS, Mid South Area, Stoneville, Mississippi is in need of 22,500 gallons of a vegetable oil (cotton or soybean) with an emulsifying agent added to allow the oil to readily mix with water requiring only minor mixing to remain emulsified. The emulsifying agent shall be free of any side effects to human and animals. The product shall be labeled for use as a spray tank adjuvant. Delivery shall be made in bulk quantity during the time frame of April 20, 1997 to May 10, 1997. An IFB will be issued on or about January 8, 1997. All requests for bid package must be submitted in writing or faxed to (601) 686-5373. CITE: (I-338 SN008487) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes--Potential Sources Sought OFFADD: Lawrence Livermore National Laboratory, Procurement Department, L-443, P. O. Box 5012, Livermore, CA 94551 SUBJECT: 95 -- STAINLESS STEEL PLATE POC Michael McDonald, Senior Subcontract Administrator, 510/422-8469 DESC: perties of 304 stainless steel as listed in ASTM A 240. Two categories of material will be used to fabricate vacuum vessels for the National Ignition Facility. The first category includes the production of approximately 1200 short tons of plate with thickness that range between 3/16 inch to 1 inch. The largest of these plates has linear dimensions of approximately 360 inches by 140 inches. The second category includes the production of approximately 48 plates with a total weight of approximately 616 short tons with thickness that range between 2 inches to 3 1/2 inches. The largest of these plates has linear dimensions of approximately 372 inches by 108 inches. The plate flatness required is one half commercial (i.e. one half allowed in ASTM A 480). Chemical composition, mechanical property testing, and ultrasonic examination of the plate material will be required in accordance with ASTM Standards A 480, A 578, and A 240. Test certification s shall be provided where applicable. Production of the plates must not exceed five months after receipt of an order. The supplier must be capable of storing or arranging for the storage of the plates for up to six months. In addition, the supplier must be capable of shipping specific plates from storage to fabricators with two weeks notice. Prospective sources should have proper equipment and personnel experienced in plate production of the material and sizes described and capabilities in: 1) Ultrasonic examination; 2) Stainless steel weld repair of surface defects; 3) Inspection of weld repair. Interested firms should respond with a description of qualifications with respect to the foregoing or related fields. No price or proposal information is desired. Responses are required on or before December 18, 1996. Firms responding to this announcement which fail to provide the required information will not be considered for inclusion into any resulting source list. Facsimile and telephone responses will not be accepted. This notice is to assist the University in determining the potential for competition; no solicitation is currently available. EMAILADD: April.Masluk@quickmail.llnl.gov EMAILDESC: CITE: (I-338 SN008504) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 99 -- PARACHUTE AND DROP ZONE SUPPORT SOL N68936-97-Q-0457 DUE 120696 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis the following: Aircraft and Drop Zone support for Parachute Operations. Due to the unique capabilities, this requirement is sole-sourced to One Papa Mike Corporation in California City, CA. The period of performance is award through 30 September 1997, FOB point is Destination at China Lake, CA. Thi SIC Code is 4522 and the small business size standard is 1,500 employees. Any firms believing that they can provide the required services shall submit a written response to be received at the Contracting Office no later than 5 DAYS after the date of publication of this notice, clearly showing its ability to provide the required services. All responsible sources which comply with the criteria above, may submit literature which will be considered by the agency. Respondents shall submit their quotations to Shelli L. Burt, at the above address or FAX to the above number on or before December 11, 1996. This acquisition is being awarded under FAR Part 12 procedures. Award is expected to be made on or before December 22, 1996. See Note 1 and 22. CITE: (I-338 SN008390) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Contracting Office, P O Box 1609, Oceanside, CA 92051-1609 SUBJECT: 99 -- PROPANE GAS SOL M00681-97-Q-0872 POC Gloria Muchemore, Contract Specialist 619-725-1937. DESC: The Government intends to procure the following under the Simplified Acquisition procedures; Propane, bulk type II, in accordance with Federal Specifications BBG-110A. Quantity; approximately forty thousand gallons. To be delivered to Coleville Housing, near Building 410, Coleville, California. Request for Quotation will be availabe 17 December 1996. This is a Small Business Small Purchase Set-Aside. The anticipated award date is on or about 31 December 1996. All responsible sources may submit a Quotation, if received in a timely manner, shall be considered by the Agency. You may request a copy of the RFQ by FAX: 619-725-8445. CITE: (I-338 SN008395) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Carderock Division Naval Surface Warfare Center, Ship Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083 SUBJECT: 99 -- SHIPBOARD COMPUTER DESK, COMPUTER CABINETS AND CONVERSION KITS SOL N65540RQ62MQ DUE 122096 POC Catherine Guerra, Purchasing Agent, (215) 897-7898. DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia intends to acquire a quantity of computer desks, in various sizes, computer cabinets and conversion kits for shipboard use. These items must be of steel and approved by NAVSEA. (NAVSEA S9600-AD-GTP-010 REV 1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. No telephone requests will be accepted. You may FAX your request to (215) 897-7162. CITE: (I-338 SN008421) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- ROTHR SPREAD-DOPPLER CLUTTER REJECTION USING MULTI-DIMENSIONAL CFAR AND WAVELETS POC Gail A Person, Contract Specialist, Rome Laboratory/PKRZ, (315)330- 7699; Robert Denton, Jr, Laboratory Program Manager, Rome Laboratory/OCSA, (315)330-4508. CNT F30602-96-C-0247 AMT $367,627.00 LINE N/A DTD 112696 TO Riverside Research Institute, 330 West 42nd Street, New York NY 10036 CITE: (I-338 SN008127) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- IMPROVED TRACK FUSION IN MULTIPLE ROTHR SYSTEM SURVEILLANCE POC Gail A Person, Contract Specialist, Rome Laboratory/PKRZ; (315)330- 7699; Douglas Cameron, Laboratory Program Manager, Rome Laboratory/OCSA; (315)330-4516. CNT F30602-96-C-0245 AMT $271,524.00 LINE N/A DTD 112796 TO SRI International, 333 Ravenswood Avenue, Menlo Park CA 94025-3493 CITE: (I-338 SN008128) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- PHOTONICS CIRCUITS TECHNOLOGY RF PHOTONICS SYSTEMS POC Gail A Person, Contract Specialist, Rome Laboratory/PKRZ, (315)330- 7699; James R Hunter, Laboratory Program Manager, Rome Laboratory/OCPC, (315)330-7045. CNT F30602-97-C-0018 AMT $200,000.00 LINE N/A DTD 112796 TO Regents of the University of California, Office of Contract and Grant Admin, 0934, University of California, San Diego, 9500 Gilman Drive, CITE: (I-338 SN008129) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. ARMY MEDICAL RESEARCH, ACQUISITION ACTIVITY, ATTN MCMR-AAA-B BLDG 820 FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--RAPID MEMBRANE BASED IMMUNOASSAYS FOR DETECTION OF TOXINS AND INFECTIOUS DISEASE PATHOGENS POC Contracting Officer Patricia M. McAllister (301) 619-7360 Contract Specialist Cheryl A. Lowery (301) 619-7150 (Site Code DAMD17) CNT DAMD17-97-C-7027 AMT $98,150 DTD 112196 TO ARISTA BIOLOGICALS INC, 115 RESEARCH DRIVE SUITE 143, BETHLEHEM, PA 90501 CITE: (I-338 SN008235) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. ARMY MEDICAL RESEARCH, ACQUISITION ACTIVITY, ATTN MCMR-AAA-B BLDG 820 FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--HIGHLY DESTRUCTIVE POLYMER-CONTAINED NEUTRALIZING SKIN PROTECTANTS POC Contracting Officer Patricia M. McAllister (301) 619-7360 Contract Specialist Daniel R. Signore (301) 619-7423 (Site Code DAMD17) CNT DAMD17-97-C-7017 AMT $85,943 DTD 112196 TO MAINSTREAM ENGINEERING CORPORATION, 200 YELLOW PLACE, ROCKLEDGE, FL 32955 CITE: (I-338 SN008236) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. ARMY MEDICAL RESEARCH, ACQUISITION ACTIVITY, ATTN MCMR-AAA-B BLDG 820 FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--THE DESIGN AND SYNTHESIS OF ORALLY ACTIVE INHIBITORS OF BOTULINUM TOXIN METALLOPROTEASES POC Contracting Officer Patricia M. McAllister (301) 619-7360 Contract Specialist Cheryl A. Lowery (301) 619-7150 (Site Code DAMD17) CNT DAMD17-97-C-7026 AMT $99,892 DTD 112296 TO PROMEGA CORP, 2800 WOODS HOLLOW ROAD, MADISON, WI 53711-5399 CITE: (I-338 SN008237) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Research Office, AMXRO-AAA, P.O. Box 12211, Research Triangle Park, NC 27709-2211 SUBJECT: A-IMPEDANCE CONTROL DESIGN SYSTEM FOR TELEOPERATED MICROSURGERY POC Contracting Officer, A.M. Wendelgass, (919) 549-4287. CNT DAAG55-97-C-0019 SBIR Program Solicitation 96.2 AMT $98,726.00 DTD 120196 TO Creare, Incorporated, P.O. Box 71, Etna Road, Hanover, NH 03755 CITE: (M-338 SN008327) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Research Office, AMXRO-AAA, P.O. Box 12211, Research Triangle Park, NC 27709-2211 SUBJECT: A--FEASIBILITY OF GROWING A1N SINGLE CRYSTAL FROM THE MELT USING PRESSURIZED SKULL MELTING POC A.M. Wendelgass, (919) 549-4287. CNT DAAG55-97-C-0022 STTR Program Solicitation 95 AMT $340,308.00 DTD 111896 TO Cermet, Incorporated, 1019 Collier Road, N.W., Suite C1, Atlanta, GA 30318 CITE: (M-338 SN008347) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- OPTICALLY EFFICIENT RF MODULATOR POC Michele A Martinelli, Contract Specialist, Rome Laboratory/PKRZ, (315)330-4731; Donald S Luczak, Laboratory Program Manager, Rome Laboratory/OCPC, (315)330-3144. CNT F30602-97-C-0005 AMT $454,512.00 LINE N/A DTD 112796 TO TRW Space and Technology Division, Space and Electronics Group, One Space Park, Redondo Beach CA 90278-1078 CITE: (I-338 SN008437) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Officer in Charge of Construction, Code 823220D, Building 00978, Naval Air Weapons Station, China Lake, California 93555-6001 SUBJECT: B--ENVIRONMENTAL LABORATORY ANALYSES POC Patricia A. Crom (619) 939-4423. CNT N62474-96-D-6333 AMT $200,000.00 DTD 111496 TO TMS Environmental, Inc., P.O. Box 6093, Virginia Beach, Virginia 23456 CITE: (M-338 SN008344) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction 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: C--A/E REQUIREMENTS TYPE INDEFINITE DELIVERY CONTRACT (IDC) FOR THE STATES OF WASHINGTON, OREGON, AND IDAHO (CONTROL NUMBER 102-AE-96-0004) CNT 102-97-0003 AMT N/A DTD 120396 TO Daly & Associates, PS, 400 Market Place Tower, 2025 First Ave., Seattle, WA 98121 CITE: (W-338 SN008212) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA New River Realty Svcs District (3PN), The Wanamaker Building Room 621, 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: C--A/E SERVICES, NEW COURTHOUSE ANNEX AND ALTERATIONS TO EXISTING WALTER E. HOFFMAN COURTHOUSE, NORFOLK, VIRGINIA POC Contracting Officer, Robert Waring, (215) 656-6149 CNT GS-03P-96-DWC-101 1 AMT $159,860 DTD 112696 TO Hartman-Cox Architects, 1074 Thomas Jefferson Street NW, Washington, DC 20007 CITE: (I-338 SN008219) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 SUBJECT: C--INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR MILITARY OPERATIONS AND MAINTANCE PROJECTS AT YUMA PROVING GROUND, ARIZONA. POC Contact James Hogan (213) 452-3244 (Site Code DACW09) CNT DACA09-97-D-0001 AMT $750,000 DTD 112596 TO J C CHANG & ASSOCIATES INC, 367 VAN NESS WAY SUITE 608, TORRANCE, CA 90501-1435 CITE: (I-338 SN008241) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230 SUBJECT: C--DESIGN OF ARMY FAMILY HOUSING REVITALIZATION, WERNER PARK, PHASE III, FT CAMPBELL, KY POC Contracting Officer Janet M. Henderzahs (502) 582-6564 (Site Code DACA27) CNT DACA27-97-C-0007 DACA27-96-R-0095 AMT $401,427 DTD 120696 TO GREENHORNE & O'MARA INC, 9001 EDMONSTON ROAD, GREENBELT , MD 20770 CITE: (I-338 SN008242) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: OIC, ROICC Cherry Point, NAVFACENGCOM Contracts, PCS Box 8006, Cherry Point, North Carolina 28533-0006 SUBJECT: C--CONTRACT N62470-96-D-5851, INDEFINITE QUANTITY CONTRACT FOR CIVIL ENGINEERING DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA CNT N62470-96-D-5851 AMT $500,000.00 DTD 092496 TO URS Consultants, Inc., 5606-B Virginia Beach Blvd., Virginia Beach, VA 23462 CITE: (M-338 SN008303) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department of the Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 SUBJECT: C--I/Q FOR PETROLEUM STORAGE TANK SITE ASSESSMENTS/CHARACTERIZATIONS, CORRECTIVE ACTION PLANS, AND REMEDIAL DESIGNS AT STATESIDE LOCATIONS (PRIMARILY NORTH CAROLINA) UNDER LANTNAVFACENGCOM CNT N62470-95-D-6009 AMT $2,500,000.00 DTD 091896 TO Richard Catlin and Associates, Inc., 220 Old Dairy Road, Wilmington, NC 28405-3755 CITE: (M-338 SN008317) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Office (90C), VA Medical Center, Hampton, Va 23667 SUBJECT: C -- A/E DESIGN SERVICES RENOVATION TB ISOLATION ROOMS POC Michale Weaver, 757/728-3116 CNT V590P-7058 AMT $259,788 LINE N/A DTD 112796 TO Ballou Justice Upton Architects, 2697 International Parkway, Parkway Four, Suite 220, Virginia Beach, VA 23452 CITE: (I-338 SN008432) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: D -- INFORMATION MISSION AREA SUPPORT SERVICES POC (PCF) Shirley Childers, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7294; Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC, (205) 876- 4926. CNT DAAH01-96-C-0440/P00006 AMT $3,420,501.38 LINE N/A DTD 120296 TO Systems Engineering Solutions Incorporated 513 Sparkman Drive, Huntsville, AL, 35816 CITE: (I-338 SN008112) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: General Services Administration (GSA), Federal Telecommunications Services (FTS), Comprehensive Telecommunications Acquisition Center (TQC), 7525 Colshire Drive (Stop 397), McLean, VA 22102-7400 SUBJECT: D--INTERNET ANNOUNCEMENT OF AWARD FOR THE FEDERAL WIRELESS TELECOMMUNICATIONS SERVICES (FWTS) ACQUISITION POC Sybille E. Seltmann, Contracting Officer, (703) 610-2838. CNT GSOOT97NSD0001 AMT $3000,000,000.00 DTD 110896 TO GTE Government Systems, Information Systems Division, 15000 Conference Center Drive, Chantilly, VA 22021-3808 CITE: (M-338 SN008289) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC BOX 8018, Cherry Point, NC 28533-0018 SUBJECT: D--INFORMATION SUBSCRIPTION SERVICES POC Debora Berget, (919) 466-7766, Contracting Officer, Cherie Daniels, (919) 466-7504. CNT N00146-97-M-N192 AMT $28,750.00 LINE 0001 DTD 111996 TO Usa Information Systems Inc., 1092 LASKIN ROAD SUITE 208, VIRGINIA BEACH, VA 23451 CITE: (M-338 SN008302) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: AMC Contracting Flight, AMC CONF/LGCFC, 102 E. Martin St, Rm 216, Scott AFB IL 62225-5015 SUBJECT: D -- SATELITE DATA HANDLING SYSTEM (SDHS) SUPPORT AND SERVICES POC Cheryl Smith, Contracting Officer, 618-256-1900 ext 262. CNT FA4452-97-D-0001 AMT $2,855,902.00 LINE 0001, 0002, 0003, 00 DTD 112596 TO Sterling Software (U.S.) Inc., Information and Technology Division, 1404 Fort Crook Road South, Bellevue, NE 68005-2975 CITE: (I-338 SN008474) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Forest Service, Klamath National Forest, 1312 Fairlane Road, Yreka, CA 96097-9549 SUBJECT: F--PRECOMMERCIAL THINNING/HANDPILE OR LOP AND SCATTER POC K. Stein; Contracting Officer, R. Metcalfe, (916) 842-6131. CNT 52-91W8-6-6019 AMT REQUIREMENTS LINE Item 2a and 2b DTD 111596 TO J.O. International Reforestation, Inc., P.O. Box 5309, Grants Pass, OR 97527 CITE: (M-338 SN008285) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Forest Service, Klamath National Forest, 1312 Fairlane Road, Yreka, CA 96097-9549 SUBJECT: F--PRECOMMERCIAL THINNING/HANDPILE OR LOP AND SCATTER POC K. Stein; Contracting Officer, R. Metcalfe, (916) 842-6131. CNT 52-91W8-7-7001 AMT REQUIREMENTS LINE Item 1a and 1b DTD 111596 TO 3 J Reforestation, 1106 Niantic St., Medford, Oregon 97501 CITE: (M-338 SN008295) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: U.S. Railroad Retirement Board, Purchasing Division, Room 1230, 844 North Rush Street, Chicago, Illinois 60611-2092 SUBJECT: G--EMPLOYEE ASSISTANCE PROGRAM POC Karen Haskins-Brewer (312) 751-4615 CNT 97RRB001 AMT $31,200.00 DTD 112296 TO American Healthcare Partners, 6500 Hornwood, Houston, TX 77074 CITE: (M-338 SN008357) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Director, Strategic Systems Programs, 1931 Jefferson Davis Hwy., Arlington, VA 22202-3518 SUBJECT: H--INTEGRATION AND TRAINING SUPPORT PROGRAM FOR FBM WEAPON SYSTEMS POC Donna K. King, (703) 607-5363; Contracting Officer, Gerard F. Miskelly, (703) 607-5361. CNT N00030-97-C-0023 AMT $28,473,000.00 LINE Items 0001 through 0 DTD 111596 TO Vitro Corporation, 1601 Research Boulevard, Rockville, MD 20850-3173 CITE: (M-338 SN008450) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: J -- MAINT-GOV'T OWNED PRINTERS POC L. Tripp CNT N00406-97-M-1064 AMT $64,728 LINE N/A DTD 100196 TO oce printing systems usa inc 1610 wynkoop suite 140 denver co 80202 CITE: (I-338 SN008104) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: General Services Administration, Public Buildings Service, Property Management Contracts Branch (5PMC), Lorraine Scott, Contract Specialist, (312) 886-6936, 230 South Dearborn Street, Chicago, Illinois 60604-1696 SUBJECT: J--OPERATIONS AND MAINTENANCE SERVICE, FEDERAL BUILDING, 536 S. CLARK ST. AND FEDERAL PARKING FACILITY, 450 S. FEDERAL ST., CHICAGO, ILLINOIS POC Questions may be directed to Lorraine Scott, Contract Specialist, at (312) 886-6936. CNT GS05P96GAC0239 AMT $1,008,000.00 DTD 111896 TO Soderlund Bros. Inc., 6060 W. 95th St., Oak Lawn, IL 60453. CITE: (M-338 SN008291) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DCMC Twin Cities, 3001 Metro Drive, Bloomington, MN 55425-1573 SUBJECT: J--REPAIR SERVICES OF AN/AYK-14(V) MAJOR ASSEMBLIES AND SUBUNITS POC Linda Johnson, (612) 335-2200/Contracting Officer, Marvin E. Call, (612) 335-2097. CNT N00383-91-G-K214/WQ48 AMT $158,230.00 LINE 0002AB-0024AA DTD 112696 TO Ceridian Corporation, Computing Devices International, 8800 Queen Ave. S., Bloomington, MN 55431-1996 CITE: (M-338 SN008381) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave N, Fargo, ND 58102-1051. SUBJECT: J--MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT (REFINISH AIRCRAFT ARRESTING SYSTEM) CNT DAHA32-97-D-2001 AMT $229,493.00 DTD 111996 TO Jerome's N.83 Body Shop Inc., 3515 N. Broadway, Minot, ND 58703 CITE: (M-338 SN008452) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: USPS, Automation Purchasing, 8403 Lee Highway, Merrifield, Virginia, 22082-8150 SUBJECT: K--FEASIBILITY STUDY FOR INSTALLATION OF A WIDE AREA BAR CODE READER ON THE FSM 1000 POC Thomas A. Fallon, Fax (703) 280-8415. CNT 102590-96-C-0372 AMT $293,545.00 LINE 001 DTD 111296 TO Lockheed Martin Federal Systems, 1801 Stare Route 17C, Owego, NY 13827-3998 CITE: (M-338 SN008299) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis Hwy., Arlington, VA 22202-3518 SUBJECT: L--INERTIAL INSTRUMENT TESTING AND EVALUATION, INVESTIGATION PROGRAMS, AND SUPPORT OF TACTICAL AND TRAINING SOFTWARE DEVELOPMENT FOR THE TRIDENT I (C4) AND TRIDENT II (D5) NAVIGATION SUBSYSTEMS POC Daniel K. Vola, SPN-P2 (703) 607-3398, Contracting Officer, Gerard F. Miskelly, (703) 607-5361. CNT N00030-97-C-0027 AMT $3,724,714.00 LINE 0001 DTD 100196 TO Dynamics Research Corporation, 60 Frontage Rd., Andover, MA 01810. CITE: (M-338 SN008258) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis Hwy, Arlington, VA 22202-3518 SUBJECT: L--TECHNICAL ENGINEERING IN SUPPORT OF FBM TRIDENT AND SWS MISSILE TRAINING SYSTEMS AND RELATED EQUIPMENT TRAINING POC Warren A. McGriff, SPN-21, (703) 607-0820; Contracting Officer, Elliot Marcus, SPN-01, (703) 607-0814. CNT N00030-97-C-0030 AMT $2,909,559.00 LINE 0001 DTD 100196 TO Lockheed Martin Missile and Space Company, P.O. Box 3504, Sunnyvale, CA 94088-3504 CITE: (M-338 SN008446) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: GSA, Property Management Contracts Branch, JCK Federal Building, 230 S. Dearborn Street, Chicago, IL 60604 SUBJECT: M--OPERATIONS AND MAINTENANCE SERVICE POC Contract, Laurie Chestnut, Contract Specialist, (312) 886-4102. CNT GS05P96GAC0187 AMT $2,928,003.00 (36 months base period plus 2 option years) DTD 111896 TO PM Realty Group, LTD., 919 N. Michigan, Suite 2000, Chicago, IL 60611. CITE: (M-338 SN008308) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, North Central Regional Contracting Office, 1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 SUBJECT: Q--HOSPITAL SERVICES POC Tony Hiscocks, Contract Specialist, (913) 682-8700, extension 610. CNT J237c-065 AMT $16000 LINE ALL DTD 110896 TO Sacred Heart Health Services, 501 Summit, Yankton, SD 57078 CITE: (M-338 SN008286) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: Q--DENTAL SERVICE CNT 245-97-0008 AMT $720,000.00 (Est.) DTD 111296 TO On-Site Dental, P.O. Box 2145, Flagstaff, AZ 86003 CITE: (M-338 SN008296) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons, Federal Correctional Complex, POB 1029, Coleman, Florida 33521-1029 SUBJECT: Q--MEDICAL SERVICES POC Kathy J. Collins, (352) 330-3015, Contracting Officer. CNT 05-0210 AMT $30,000.00 LINE 1-On-site radiologis DTD 111896 TO Radiology Associates of Lake County, 801 East Dixie Ave., Leesburg, Florida 34748 CITE: (M-338 SN008301) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, Southeast Regional Office, 523 McDonough Blvd., S.E., Atlanta, Georgia 30315 SUBJECT: Q--DENTAL HYGIENIST CNT J125c-302 AMT $35,100.00 DTD 111596 TO Jeanette Kobialka, 28331 SW 163 Ct., Homestead, FL 33033 CITE: (M-338 SN008328) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CLINICAL LABORATORY TESTING SERVICES POC Administrative Contracting Officer, Darrell Boggs, FCI, Marianna, (904) 526-6357, Contracting Officer, Robert J. Kruskie, (404) 635-5646. CNT J223c-041 AMT $98,000.00 LINE Line item number 1 DTD 111996 TO CardioMetrix, 5434 King Ave., Pennsauken, N.J. 08109 CITE: (M-338 SN008331) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Environmental Protection Agency, RCPB Superfund Procurement (3805F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: R--OUST PROGRAM TECHNICAL SUPPORT CONTRACT POC Lynn Depont, 703-603-7148 Robert Gray, 703-603-0601 CNT 68-W7-0017 AMT $3,205,359 LINE N/A DTD 112696 TO ICF Incorporated, 9300 Lee Highway, Fairfax, VA 22031 CITE: (W-338 SN007985) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: R -- FIREWATCH SERVICES POC L. Osborn CNT N00406-97-M-B651 AMT $3,235,408 LINE N/A DTD 111896 TO asap employement services 4171 wheaton way bremerton wa 98310 CITE: (I-338 SN008105) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: R -- FIREWATCH SERVICES POC L. Osborn CNT N00406-97-M-B654 AMT $6,176,688 LINE N/A DTD 111896 TO asap emplyment services 4171 wheaton way bremerton wa 98310 CITE: (I-338 SN008106) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: R -- FIREWATCH SERVICES POC L. Osborn CNT N00406-97-M-B653 AMT $6,269,904 LINE N/A DTD 111896 TO asap emplyment services 4171 wheaton way bremerton wa 98310 CITE: (I-338 SN008107) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: R -- FIREWATCH SERVICES POC L. Osborn CNT N00406-97-M-8603 AMT $49,577 LINE N/A DTD 101896 TO asap emplyment services 4171 wheaton way bremerton wa 98310 CITE: (I-338 SN008108) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Director, Strategic Systems Programs, Department of the Navy, 1931 Jefferson Davis Hwy., Arlington, VA 22202-3518 SUBJECT: R--TECHNICAL ENGINEERING SERVICES POC Roger P. Larkin, SPN-14, (703) 607-0912. CNT N00030-97-C-0024 AMT $111,879,695.00 DTD 110896 TO Charles Stark Draper Laboratory, Inc., 555 Technology Square, Cambridge, MA 02139-3563. CITE: (M-338 SN008257) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: R--INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES CONTRACT FOR THE CAD/D DESIGN/ADAPTATION--COLUMBIA FSO AREA CNT 232098-96-J-0258 AMT NTE $2,500,000.00 DTD 112296 TO Raytheon Engineers & Constructors, Inc., 441 Smithfield Street, Pittsburgh, PA 15222-2279 CITE: (M-338 SN008329) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Office of Personnel Management, Contracting Division, 1900 E Street, NW., Room SB427, Washington, DC 20415 SUBJECT: R--FINANCIAL STATEMENT AUDIT SERVICES POC John Farrell, (202) 467-3001, Contracting Officer, Fred Chatterton, (202) 606-1004. CNT OPM9700256 AMT $750,000.00 LINE All DTD 111396 TO KPMG Peat Marwick, 2001 M Street, NW., Washington, DC 20036 CITE: (M-338 SN008370) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of HUD, New York ASC, Chicago Contracting Branch, (5AAC), 77 West Jackson Boulevard, Chicago, IL 60604-3507 SUBJECT: R -- REAL ESTATE ASSET MANAGEMENT (REAM SERVICES) FOR SINGLE FAMILY HUD PROPERTIES IN INDIANAPOLIS (MARION AND HAMILTON COUNTIES), INDIANA. POC Janet Fernandez, Contract Specialist, at (312) 886-2760, extension 2504. CNT H05C97001200000 AMT $299,532.00 LINE N/A DTD 120196 TO CitiWest Indiana, Inc., 6919 East 10th Street, Indianapolis, Indiana 46219 CITE: (I-338 SN008384) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta, GA 30303-3388 SUBJECT: R -- REAL ESTATE CLOSING AGENT SERVICES POC Charles Lipthrott or Michael L. Swan. CNT H04C97000609000 from RFP: DU204-R-96-0026 AMT $22,000.00 LINE B-3(A)(1) DTD 112996 TO James G. Martin, Jr., 4262 Carmichael Court, North, Montgomery, AL 36106 CITE: (I-338 SN008387) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commander (fcp-3), Maintenance and Logistics Command Pacific, Coast Guard Island, Bldg. 54A, Alameda, CA 94501-5100 SUBJECT: S--REMOVAL, TRANSPORTATION AND DISPOSAL OF UNTREATED WASTE WATER POC Mr. Donald C. Moore, Contract Specialist (510) 437-3026. CNT DTCG89-97-N-6CS002 AMT $62,288.52 LINE B.1 DTD 111396 TO Industrial Carting, P.O. Box 3935, Santa Rosa, CA 95402 CITE: (M-338 SN008287) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, 501 Magazine Street, Room 1044, New Orleans, LA 70130-3394 SUBJECT: S--CUSTODIAL SERVICES OF EAGLE PASS BORDER STATION, TX POC Contract Specialist Betty Collord, (504) 589-6085, Contracting Officer, Elvera S. Pigg, (504) 589-6088. CNT SOLICITATION NO. GS-07P-96-DRC-0010 AMT $10,904.79/month LINE AWARD NO. GS-07P-96 DTD 020197 TO Main Building Maintenance, Inc., 6800 Park Ten Blvd., Ste. 140E, San Antonio, TX 78213 CITE: (M-338 SN008288) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Federal Bureau of Prisons, P.O. Box 9999, Milan, MI 48160 SUBJECT: S--GUARD SERVICES POC Peter J. Boss (313) 439-2475. CNT J117c-060 AMT $126,240.00 LINE 1 DTD 112796 TO Moore's Security Service, Inc., 5900 Millet Hwy., Lansing, MI 48917. CITE: (M-338 SN008290) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan Road, Great Lakes, IL 60088-5600 SUBJECT: S--REFUSE/WASTE COLLECTION AND DISPOSAL, NAVAL TRAINING CENTER COMPLEX 3, ILLINOIS POC Contracting Officer, JOSEPH W. TOMEI, (847) 688-2600, ext. 114. CNT N68950-96-D-0036 AMT $273,853.00 DTD 111896 TO B F I of Illinois Inc., 2230 Ernie Krueger Circle, Waukegan, IL 60087 CITE: (M-338 SN008321) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Postal Service, Purchasing Service Center, Attn: Manager, 2 Hudson Place, Hoboken, NJ 07030-5515 SUBJECT: S--FAST FOOD CAFETERIA WITH SATELLITE VENDING CNT 335660-97-U-0144 AMT $.00 DTD 110896 TO CMS, P.O. Box 8565, Cherry Hill, NJ 08002-8565 CITE: (M-338 SN008348) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA, Property Management Northern Illinois Leases, EMD Federal Building, 219 South Dearborn Street, Room 1234, Chicago, IL 60604 SUBJECT: S--JANITORIAL SERVICES POC Kenneth Kipnis, Property Manager, (312) 353-3607. CNT GS05PSDC0090 AMT $36,276.00 DTD 111496 TO Hugo's Cleaning Service, Inc., 5401 West Lake Street, Chicago, IL 60644 CITE: (M-338 SN008368) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of NAVFAC Contracts, Naval Surface Warfare Center, Crane, Indiana 47522 SUBJECT: S--MAGNETIC AND STREET SWEEPING AT THE NAVAL SURFACE WARFARE CENTER, CRANE, INDIANA POC Mark Bault, (812) 854-1069, Contracting Officer, Jeff Strange, (812) 854-3247. CNT N62467-93-D-9734 AMT $28,017.00 DTD 112296 TO Vegetation Management, 16132 Lakeshore Drive, Hope, IN 47246 CITE: (M-338 SN008448) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: 42d Contracting Squadron/LGCVB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334 Attn:/CHERYL MANLEY-LOTT SUBJECT: T-VISUAL INFORMATION SERVICES POC CHERYL MANLEY-LOTT tel: 334/953-5528/DOROTHY M. GREEN/CONTRACTING OFFICER CNT F0160095RA047/F0160097C0006 AMT $649999 DTD 112696 TO CAPITOL FILMWORKS, INC, 909 FOREST AVENUE, MONTGOMERY, AL 36106 CITE: (I-338 SN008080) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 420-165 AMT $94,854.00 DTD 111596 TO Balmar Printing and Graphics, 16780 Oakmont Avenue, Gaithersburg, MD 20833. CITE: (M-338 SN008292) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 407-089 AMT $129,978.00 DTD 110796 TO Newspaper Printing Co., 5210 S. Lois Avenue, Tampa, FL 33610 CITE: (M-338 SN008294) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Chicago Regional Printing Procurement Office, U.S. Government Printing Office, 200 N., LaSalle St., Suite 810, Chicago, IL 60601-1055 SUBJECT: T--PRINTING CNT Jacket 548-600 AMT $72,095.00 DTD 111496 TO Raye Limited Inc., 4393 Park Vicente, Calabasas, CA 91302 CITE: (M-338 SN008304) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: USDA, Forest Service, Chequamegon National Forest, 1170 4th Avenue, South, Park Falls, WI 54552 SUBJECT: T--EXHIBIT DESIGN POC Contracting Officer, Dennis C. Drangstveit (715) 362-1177. CNT 53-56A2-7-01081 AMT $249,924.00 LINE All Items DTD 110496 TO Thompson Museum Consulting, 332 Minnesota Street, Suite W-962, St. Paul, MN 55101 CITE: (M-338 SN008310) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 416-270 AMT $190,777.00 DTD 111996 TO Communication Graphics, Inc., 6741 Bay Meadow Drive, Glen Burnie, MD 21060 CITE: (M-338 SN008324) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Denver Regional Printing Procurement Office, U.S. Government Printing Office, Building 53, Room D-1010, Denver Federal Center, Denver, CO 80225 SUBJECT: T--OFFSET PRINTING POC Raymond Macdonald, (303) 236-5292, Contracting Officer. CNT Program 2812-S AMT $60,775.00 DTD 111896 TO WBC, Inc., dba Lithexcel, 2408 Alamo Ave. SE, Albuquerque, NM 87106 CITE: (M-338 SN008325) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Hampton Regional Printing Procurement Office, U.S. Government Printing Office, 11836 Canon Boulevard, Suite 400, Newport News, VA 23606-2555 SUBJECT: T--PRINTING CNT Program 3382-S AMT $74,476.00 DTD 111996 TO Chesapeake Printing, Inc., 901 West 21st Street, Norfolk, VA 23517 CITE: (M-338 SN008326) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 416-524/7/8 AMT $54,545.00 DTD 112196 TO Monarch Litho, Inc., 1501 Date Street, Montebello, CA 90640 CITE: (M-338 SN008330) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Chicago Regional Printing Procurement Office, U.S. Government Printing Office, 200 N, LaSalle St., Suite 810, Chicago, IL 60601-1055 SUBJECT: T--PRINTING CNT Jacket 749-029 AMT $73,209.00 DTD 112296 TO Kris-Lind IX, 2105 Park Ave., #25, Orange Park, FL 32073 CITE: (M-338 SN008335) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 407-120 AMT $146,876.00 DTD 110896 TO Media Press, Inc., 835 Wakefield Ave., Sikeston, MO 63801 CITE: (M-338 SN008345) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS 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., Suite 110, Atlanta, GA 30318 SUBJECT: T--BOOKS CNT Program 1495-S AMT $177,534.00 DTD 112296 TO Braceland Brothers (PA), 7625 Suffolk Ave., Philadelphia, PA 19153 CITE: (M-338 SN008353) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--COMPUTER PRINTING CNT B161-S AMT $176,836 DTD 110196 TO Devonshire Imaging Inc., 11507 Sunset Hill Road, Reston, VA 22090 CITE: (M-338 SN008358) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--BOOK PRINTING CNT Program C181-S AMT $577,686 DTD 110196 TO Savannah Printing, 143 Houston Street, Savannah, GA 31401 CITE: (M-338 SN008359) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS 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--UNITED STATES REPORTS CNT Program B894-S AMT $202,668.00 DTD 080196 TO Gray Graphics, 8607 Central Avenue, Capitol Heights, MD 20743 CITE: (M-338 SN008360) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C109-S AMT $97,105.00 DTD 120196 TO McDonald & Eudy Printers, 4509 Beech Road, Temple Hills, MD 20748 CITE: (M-338 SN008375) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--OFFSET PRINTING CNT Program B56-S AMT $28,908.00 DTD 120196 TO Marlin Graphics, 8315 Stansburg Road, Baltimore, MD 21222 CITE: (M-338 SN008376) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 420-727 AMT $90,225.00 DTD 112596 TO Techna-Graphics, Inc., 5600 2nd St. NE., Washington, DC 20011 CITE: (M-338 SN008445) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 416-269 AMT $103,222.00 DTD 111996 TO Communication Graphics, Inc., 6741 Bay Meadow Dr., Glenn Burnie, MD 21060 CITE: (M-338 SN008453) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C62-S AMT $187,313.00 DTD 112096 TO Goodway Graphics, 6628 Electronic Drive, Springfield, VA 22151 CITE: (M-338 SN008454) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 407-580 AMT $63,821.00 DTD 110896 TO Newspaper Printing Co., 5210 S. Lois Ave., Tampa, FL 33611 CITE: (M-338 SN008456) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 416-991 AMT $194,484.00 DTD 110796 TO S&S Graphics, Inc., 14880 Sweitzer Lane, Laurel, MD 20707 CITE: (M-338 SN008457) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS 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--NEWSLETTER PRINTING CNT Program B572-S AMT $48,386.00 DTD 120196 TO McDonald & Eudy Printers, 4509 Beech Road, Temple Hills, MD 20748 CITE: (M-338 SN008460) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: USASOC, DCofS Acquisition and Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28307-5200 SUBJECT: U--OPERATE LANGUAGE LABORATORIES AND SUPPORT CENTER, LANGUAGE INSTRUCTION AND SUPPORT FOR LANGUAGE INSTRUCTION, FORT BRAGG, NC POC Jane Sutherlin, Contract Specialist, (919) 432-2146/Robert Cherry, Contracting Officer, (919) 432-2297. CNT USZA92-97-D-0001 AMT $9,272,325.00 DTD 020197 TO Richard Milburn High School, Woodbridge, VA 22191 CITE: (M-338 SN008297) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, Sandiego, CA 92152-5113 SUBJECT: V -- MOVING/RELOCATION SERVICES POC POC Ms. E. McCullum, Contract Specialist,(619)553-4521. CNT N66001-97-C-0017 AMT $327,636.00 LINE N/A DTD 111996 TO Across Town Movers, P.O. BOX 3008, Del Mar, CA 92014 CITE: (W-338 SN008490) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: General Services Administration, Realty Branch 2, (7PE2), 819 Taylor Street, Room 12A15, Fort Worth, TX 76102 SUBJECT: W--LEASE AWARD, WAXAHACHIE, TX CNT GS-07B-14428 AMT $151,454.60 DTD 121406 TO GSSW-REO Dallas LP, 500 North Akard Street, Suite 328, Dallas, TX 75201 CITE: (M-338 SN008261) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: General Services Administration, Public Building Service, Realty Services Division (6PEA), 1500 East Bannister Road, Kansas City, Missouri 64131 SUBJECT: W--LEASE CNT Lease Number GS-06P-69047 AMT $46,527.00 annual rent DTD 101896 TO Dee Ann Wunschel and Lori Elliott, Trustees of the Russell S. Wunschel Children Trust, 805 North Main; P.O. Box 883, Carroll, Iowa 51401 CITE: (M-338 SN008284) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: General Services Administration (7PE1), 819 Taylor Street, Room 12A05, Fort Worth, TX 76102 SUBJECT: W--LEASE AWARD, PLACE: EL PASO, TX CNT GS-07B-14447 AMT $63,706.50 DTD 110196 TO Koger Equity, Inc., 3986 Boulevard Center Drive, Jacksonville, FL 32207 CITE: (M-338 SN008305) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: General Services Administration (7PE1), 819 Taylor Street, Room 12A05, Fort Worth, TX 76102 SUBJECT: W--LEASE AWARD, PLACE: WICHITA FALLS, TX CNT GS-07B-14454 AMT $543,744.00 DTD 120196 TO Berend Bros., Inc., P.O. Box 5164, Wichita Falls, TX CITE: (M-338 SN008462) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: San Francisco Service Center (9PEL-S), 450 Golden Gate Avenue, San Francisco, CA 94102 SUBJECT: X--SUCCESSOR LONG-TERM LEASE FOR SSA AND HCFA POC Thomas L. Andrews III, (415) 522-3249. CNT GS-09B-95547 AMT $5,459,892.00 DTD 110696 TO Hawthorne Plaza, Ltd., 75 Hawthorne Street, San Francisco, California 94105 CITE: (M-338 SN008316) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: General Services Administration Real Estate Branch (9PXE), 888 South Figueroa Street, Suite 1100, Los Angeles, California 90017 SUBJECT: X--SOCIAL SECURITY ADMINISTRATION POC Vonciel James (213) 894-4988. CNT GS-09B-94949 AMT $870,859.68 DTD 102596 TO Ruben Urcis DBA UDC-RBP, 3710 So. Robertson Blvd., Suite 200, Culver City, CA 90232, (310) 202-8833 CITE: (M-338 SN008346) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy, Suite 300, Atlanta, GA 30340-2799 SUBJECT: X--KNOXVILLE, TN--HUB & SPOKE PROGRAM (HASP) 30328-7060; AWARD OF EX. SPACE NEW USPS LEASED TRUCK TERMINAL POC Ben Hart, Real Estate Specialist, (770) 454-0624, Kerry Pfrimmer, Contracting Officer, (770) 454-0621. CNT N/A AMT $188,100.00 DTD 112196 TO Mr. Joseph A. Hollingsworth, Jr. 2 Centre Plaza, Clinton, TN 37716 CITE: (M-338 SN008369) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts Ave., #400, Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED - LA CENTER, WA 98629-9998 POC Frank E. Weber, Real Estate Specialist, (303) 220-6545. CNT 072976-96-A-0232 AMT $94,847.00 LINE N/A DTD 120296 TO Rodney R. Dietrich, 1427 Cherry, New Ulm, MN 56073-2013, (507) 354- 6547 CITE: (I-338 SN008383) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198 SUBJECT: Y -- FY97 MCON PROJECT P-702, SHIP MAINTENANCE FACILITY, NAVAL AIR STATION, NORTH ISLAND, CORONADO, CALIFORNIA POC Contract Specialist, Rose Hussak/Contracting Officer, Janet Buyson. CNT N68711-94-C-1705 AMT $15,951,159.00 LINE N/A DTD 112796 TO Douglas E. Barnhart, Inc., 16981 Via Tazon, Suite H, San Diego, California 92127 CITE: (I-338 SN008126) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS, ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440 SUBJECT: Y--FY96 OMA PKG A-83, MAINTENANCE ACTION - LANDFILL COVER AND DRAINAGE SYSTEM, OU#4 SCHOFIELD BARRACKS, OAHU, HAWAII POC Contracting Officer KURTIS T. KIKKAWA (808) 438-8564 (Site Code XXCA83) CNT DACA83-97-C-0007 /Solicitation No. DACA83-96-B-002 AMT $2,999,621 DTD 112696 TO REZA INC, 14545 VALLEY VIEW STREET SUITE S, SANTA FE SPRINGS, CA 90670 CITE: (I-338 SN008223) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946 SUBJECT: Y--PORTLAND HARBOR MAINTENANCE DREDGING POC Contracting Officer GEORGE R. WIGHT (503) 326-6416 (Site Code DACW57) CNT DACW57-97-C-0008 AMT $772,500 DTD 112096 TO GREAT LAKES DREDGE & DOCK CO, 2122 YORK ROAD, OAK BROOK, IL 605211930 CITE: (I-338 SN008225) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Property and Fiscal Office for Georgia, Attn: PFO-PC, P.O. Box 17882, Atlanta, Georgia 30316-0882 SUBJECT: Y--UPGRADE COMMUNICATIONS SQUADRON COMPLEX POC TSgt. Steven Baughman, Contract Specialist, (404) 624-6207, Col. David S. Kenemer, Contracting Officer, (404) 624-6340. CNT DAHA09-97-C-0002 AMT $2,457,560.00 DTD 111496 TO Allen and Graham Inc., 106 Allen-Graham Blvd., Brunswick, GA 31521 CITE: (M-338 SN008262) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Y--SHOWER/LOCKER ROOM AND GUN CLEANING FACILITY, MCRC, CONNELLSVILLE, PA POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff. CNT N62472-94-C-6043 AMT $391,264.46 LINE 0001 DTD 101796 TO Magnum Contracting Services, Inc., 1247 Keenan Hill Road, Monongamela, PA 15063 CITE: (M-338 SN008263) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Y--REPLACE ROOF, BUILDING 103, NAVAL INVENTORY CONTROL POINT, MECHANICSBURG, PA POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff. CNT N62472-94-C-6050 AMT $769,410.00 LINE 0001 DTD 092796 TO Vatica Contracting, Inc., 5538 Tuxedo Road, Hyattsville, MD 20781 CITE: (M-338 SN008264) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Y--REPLACE ROOF, BUILDING 404, NAVAL INVENTORY CONTROL POINT, MECHANICSBURG, PA POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff. CNT N62472-93-C-6010 AMT $768,650.00 LINE 0001 DTD 093096 TO Vatica Contracting, Inc., 5538 Tuxedo Road, Hyattsville, MD 20781 CITE: (M-338 SN008265) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: Y--REPLACE ROOF, BUILDING 505, NAVAL INVENTORY CONTROL POINT, MECHANICSBURG, PA POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff. CNT N62472-93-C-6011 AMT $702,164.00 LINE 0001 DTD 093096 TO M Maropakis Carpentry, Inc., 533 63rd Street, Brooklyn, NY 11220 CITE: (M-338 SN008270) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS 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 AT WALLBACK, WV 25285-9998 POC Chester R. Hansen, Real Estate Specialist, (910) 665-2831. CNT 362575-97-A-H005 AMT $25,800.00 DTD 111396 TO Melvin L. Heckel, P.O. Box 542, Elkins, WV 26241-0542 CITE: (M-338 SN008283) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine Corps Air Ground Combat Center, Twentynine Palms, CA, 92278-0107 SUBJECT: Y--VICTORY FIELD HEAD FACILITY (TP-9627R), MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer. CNT N68711-96-C-5137 AMT $152,058.00 LINE Base Bid Item 0001 DTD 111296 TO Golden Land Building Co., P.O. Box 549, Apple Valley, CA 92307 CITE: (M-338 SN008315) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Bureau of Prisons, Federal Correctional Institution, McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701 SUBJECT: Y--CONSTRUCTION OF STRUCTURES AND FACILITIES POC Tim Holohan, Contracting Officer, (814) 362-8900. CNT J231c-033 AMT $36,716.00 LINE Item one (1) DTD 100996 TO Warren Fence Company, 402 Quaker Hill Road, Warren, PA 16701 CITE: (M-338 SN008352) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USFO-Purchasing and Contracting Office, 660 South Aspen Street, Building 1005, Stop 67, Buckley ANG Base, Aurora, CO 80011-9551 SUBJECT: Y--REPAIR GROUNDING AND ELECTRICAL--PHASE II POC Debra Carroll, Contract Specialist, (303) 340-9624 or David Cole, Contracting Officer, (303) 340-9945. CNT DAHA05-96-C-0005 AMT $139,750.00 DTD 071296 TO H&P Lightning Protection, Inc., 9210 N. Palafox St., Pensacola, FL 32534 CITE: (M-338 SN008364) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Property Mgmt Div.,Engineering Svcs Br WPMOD,7th & D Sts., SW, RM 2634,Washington,DC 20407 SUBJECT: Z-MISCELLANEOUS RENOVATIONS AT FAA, 10A POC Contact,Carol Jeanette Pope,202/708-8433,Contracting Officer,Michael J. Vro bel,202/708-7765 CNT GS-11P-96-MQC-0054 AMT $179520 DTD 111896 TO Vista Contracting, Inc.,1310 Pennsylvania Ave. SE,Washington,DC 20003 CITE: (I-337 SN007876) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SABINE NECHES WATERWAY, TEXAS, DREDGING SABINE PASS OUTER BAR AND SABINE BANK CHANNELS, JEFFERSON COUNTY, TEXAS AND CAMERON PARISH, LOUISIANA POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64) CNT DACW64-97-C-0003 IFB NO. DACW64-96-B-0034 AMT $2,887,480 DTD 120396 TO GULF COAST TRAILING COMPANY, PO BOX 20116, NEW ORLEANS, LA 70141-0116 CITE: (I-338 SN008247) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, USCG Civil Engineering Unit Cleveland, 1240 East Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060 SUBJECT: Z--STATION BUILDING IMPROVEMENTS AT USCG STATION BARNEGAT LIGHT, NJ POC Audrey L. Overholt CNT DTCG83-97-C-3WF048 AMT $178,000.00 LINE Basic Bid Item B-1 DTD 112096 TO Diversified Contracting Inc., P.O. Box 728, Oakhurst, NJ 07755 CITE: (M-338 SN008298) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 60th Contracting Squadron, 60 CONSQ/LGC, 350 Hangar Avenue, Travis AFB, CA 94535-2632. SUBJECT: Z--IDC--REPAIR WATER LINES CNT Award No. F04626-97-D0101 AMT MAX $1,958,806.50 DTD 111596 TO Valenzuela Engineering, Inc., 3130 Skyway Dr. #702, Santa Maria, CA 93455 CITE: (M-338 SN008300) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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., 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. #102-1FB-96-0022) AMT $798,527.00 LINE 001 & 002 DTD 111896 TO P.O. Box 2650, Rapid City, SD 57709-2650 CITE: (M-338 SN008306) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448 SUBJECT: Z--REPAIR COMBAT TRAINING POOLS, MCAS, BEAUFORT, SC CNT N62467-96-C-6555 AMT $482,000.00 DTD 111496 TO IGGC Inc., 128 Airport Park Drive, Savannah, GA 31408 CITE: (M-338 SN008309) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 60th Contracting Squadron, 60 CONSQ/LGC, 350 Hangar Avenue/Bldg. 549, Travis AFB, CA 94535-2632 SUBJECT: Z--RENOVATE VISITING AIRMEN QUARTERS (VAQ) BUILDING 443 WITH OPTIONS ITEMS FOR BUILDINGS 442 AND 443 POC Bobbie Holt, (707) 424-7774, Contracting Officer, FAX (707) 424-5189. CNT F04626-97-C0105 AMT $4,224,000.00 DTD 111596 TO TRP Construction, Inc., P.O. Box 1262, Meadow Vista, CA 95722-1262 CITE: (M-338 SN008311) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 60 CONSQ/LGC, 350 Hangar Ave., Travis AFB, CA 94535-2632 SUBJECT: Z--CONSTRUCT LATRINE ADDITION AT HANGAR 839, TRAVIS AFB, CA CNT F04626-97-C0101 AMT $153,000.00 DTD 111596 TO BRCO Constructors, 5900 King Road, Loomis, CA 95650 CITE: (M-338 SN008312) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107 SUBJECT: Z--REPLACE REFRIGERATION EQUIPMENT, BLDG. 1103T3 (R35-94), MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer. CNT N68711-96-C-5191 AMT $249,260.00 LINE Base Bid Item 0001 w DTD 110896 TO Concord Maintenance Services, Inc., 8439 White Oak Ave., Ste. 108, Rancho Cucamonga, CA 91730 CITE: (M-338 SN008313) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107 SUBJECT: Z--ADDITION TO BLDG. 1519, WEST FITNESS CENTER (TP-9621RS/TP-9630RS), MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer. CNT N68711-96-C-5223 AMT $225,457.00 LINE Base Bid item 0001 DTD 110896 TO Gridiron Construction, P.O. Box 930, Rialto, CA 92377 CITE: (M-338 SN008314) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: Z--PHILADELPHIA, PA--TRUCK TERMINAL ANNEX, DOCK REPAIR AND ALTERATIONS CNT 232098-96-B-0417 AMT $447,400.00 DTD 100796 TO Glasson Construction, P.O. Box 689, Hainesport, NJ 08036-0689 CITE: (M-338 SN008318) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction Jacksonville Area, Box 139 Naval Air Station, Jacksonville, FL 32212-0139 SUBJECT: Z--VARIOUS STRUCTURAL & ELECTRICAL REPAIRS, NAVAL STATION, MAYPORT FLORIDA POC OICC Office, (904) 772-5574. CNT N62467-95-C-2499 AMT $255,000.00 DTD 112196 TO Sauer Inc. d/b/a Sauer Southeast, 11223 Phillips Parkway Dr. East, Jacksonville, FL 32256-1574 CITE: (M-338 SN008322) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, USCG Civil Engineering Unit Cleveland, 1240 East Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060 SUBJECT: Z--WATERFRONT REPAIRS AT SEWICKLEY, PA POC Karen Lebo, (216) 522-3934 ext. 532. CNT DTCG83-97-N-3WF032 AMT $62,600.00 DTD 112696 TO Ross & Kennedy Corp., 1610 Babcock Blvd., Pittsburgh, PA 15209 CITE: (M-338 SN008333) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (fcp-a), Thayer Hall, Room 211, Building 260, USCG Reserve Training Center, Yorktown, VA 23690-5000 SUBJECT: Z--REMOVE AND REPLACE WALKIN COLD STORAGE/FREEZERS UNITS POC Mrs. Denise Church, Contracting Officer, (804) 898-2271, Mrs. Connie Cook-Hudson, Procurement Technician, (804) 898-2340. CNT Sol. No. DTCG41-97-B-QWB072, Contract No. DTCG41-9 AMT $172,406.00 DTD 112696 TO Virtexco Corporation, 977 Norflk Square, Norfolk, VA 23502 CITE: (M-338 SN008334) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR ROOFING AND RELATED WORK AT VARIOUS LEASED AND POSTAL OWNED FACILITIES LOCATED IN THE COLUMBUS, OHIO DISTRICT AREA CNT 232098-96-B-0312 AMT Multiplier: .749 DTD 103196 TO Kremer Roofing, Inc., 9319 Murphy Road, Versailles, OH 45380-9707 CITE: (M-338 SN008336) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR ROOFING AND RELATED WORK AT VARIOUS LEASED AND POSTAL OWNED FACILITIES LOCATED IN THE COLUMBUS, OHIO DISTRICT AREA CNT 232098-96-B-0311 AMT Multiplier: 0.78 DTD 103196 TO C.R.M., Inc., 7040 State Route 101, Clyde, OH 43410 CITE: (M-338 SN008337) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 366 Contracting Squadron/LGCC, PO Box 4037, Mountain Home AFB, ID 83648-4037 SUBJECT: Z--CONVERT FACILITY #2630 TO CHILD DEVELOPMENT CENTER POC SSgt Lori Landry, Contract Buyer, (208) 828-2664/William W. Oakland, Contracting Officer, (208) 828-2664. CNT F10603-96-C3020, F10603-96-B0019 AMT $516,151.00 LINE 0001-0006 DTD 111996 TO CSDI Construction, Inc., 200 North 3rd Street, Suite 2B, Boise, ID 87302 CITE: (M-338 SN008349) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799 SUBJECT: Z--NORTH MISSISSIPPI INDEFINITE QUANTITY CONSTRUCTION CONTRACT POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660. CNT 123125-97-B-3025, 123125-97-B-3027, 123125-97-B-30 AMT $10,000.00 Minimum/$500,000.00 (Multiplier .892, .925, .95) DTD 112096 TO D&H Construction Co., 3500 J.E. Davis Dr., Little Rock, AR 72209-5562, Gardner Service Corp., P.O. Box 2009, Brentwood, TN 37024-2009, Vinsant Painting & Decorating, Inc., 4237 Oakview Lane, Birmingham, AL 35243 CITE: (M-338 SN008350) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799 SUBJECT: Z--SOUTH MISSISSIPPI INDEFINITE QUANTITY CONSTRUCTION CONTRACT POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660. CNT 123125-97-B-3022 AMT $10,000.00 Minimum/$500,000.00 (Multiplier .95) DTD 112096 TO Vinsant Painting & Decorating, Inc., 4237 Oakview Lane, Birmingham, AL 35243 CITE: (M-338 SN008351) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: Z--MAINTENANCE DREDGING, WILMINGTON HARBOR, CHRISTINA RIVER POC Daniel McGovern, Contract Specialist, (215) 656-6984. CNT DACW61-97-C-0006 AMT $493,933.43 DTD 112296 TO Norfolk Dredging Company, P.O. Box 1706, Chesapeake, Virginia 23327 CITE: (M-338 SN008354) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 6 CONS/LGCC, 2606 Brown Pelican Ave., MacDill AFB, FL 33621-5000 SUBJECT: Z--REPAIR NAVCENTROOF, BLDG. 532, MACDILL AFB, FL POC Contract Administrator, Mr. Kenneth R. Huckins, (813) 828-3815, ext. 330. CNT F08602-97-CK001; F08602-96-BA015 AMT $261,272.00 LINE 0001 & 0002 DTD 112096 TO Morrell Sheet Metal Inc., 5402 W. Linebaugh Ave., Tample, FL 33624 CITE: (M-338 SN008355) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan Road, Great Lakes, IL 60088-5600 SUBJECT: Z--REPLACE CONCRETE WALKS/ DRIVEWAYS/APPROACHES CARPORTS/POST IMPROVEMENTS, USMC, BELTON, MO POC Sally A. Merritt, (847) 688-2600, Ext. 121. CNT N68950-96-C-0033 AMT $764,400.00 DTD 112196 TO National Streetscape Inc, 1608 MIC-O-SAY, Blue Springs, MO 64015 CITE: (M-338 SN008356) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS 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, Indiana 47522 SUBJECT: Z--JOB ORDER CONTRACT FOR THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, INDIANA 47522-5082 POC Jeffrey J. Strange, (812) 854-3247, Contracting Officer, CDR F.R. Smith, (812) 854-1344. CNT N68950-95-D-0030 AMT $500,000.00 DTD 111596 TO Centennial Contractors Enterprises, Inc., 8500 Leesburg Pike, Suite 500, Vienna, VA 22182 CITE: (M-338 SN008366) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 2D Contracting Squadron, 841 Fairchild Ave., Suite 219, Barksdale AFB LA 71110-2271 SUBJECT: Z--REPAIR BX ROOF FRONT SECTION AND BLDG 7268 ROOF POC SrA. Tracy Roach, Contract Specialist, (318) 456-4012, Kathy Lee, Contracting Officer. CNT F1660297C0010/F1660296B0011 AMT $199,206.00 LINE 0001 DTD 110596 TO John Gibbs Roof Systems, Inc., P.O. Box 6384, Bossier City LA 71171-6384, (318) 747-3571 CITE: (M-338 SN008367) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine Corps Air Ground Combat Center, Twentynine Palms, CA, 92278-0107 SUBJECT: Z--INSTALL RACQUETBALL COURTS, FACILITY 1502 (P-586), MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer. CNT N68711-96-C-5125 AMT $155,583.00 LINE Base Bid Item 0001 DTD 112296 TO Golden Land Building, P.O. Box 549, Apple Valley, CA 92307 CITE: (M-338 SN008371) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 27TH Contracting Squadron, 100 N Torch Blvd., Cannon AFB, NM 88103-5131 SUBJECT: Z--REPAIR POOL #2 POC David G. Colbert, Contract Administrator, (505) 784-784-2079; Caroline K. Ponce, Contracting Officer, (505) 784-2888. CNT F29605-97-C0008 AMT $234,000.00 LINE CLINS 0001 Through 0 DTD 110896 TO Shasta Ind. Inc., 1839 W. Culver St, Phoenix, AZ 85007 CITE: (M-338 SN008372) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448 SUBJECT: Z--REPAIRS TO FUEL SYSTEM, BUILDING 13, NAVAL HOSPITAL, BEAUFORT, SC CNT N62467-96-C-5060 AMT $147,500.00 DTD 112196 TO Shipyard River Coal Terminal, 1801 Milford Street, Charleston, SC 29405 CITE: (M-338 SN008373) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, MD 21045-0701 SUBJECT: Z--EXPANSION PROJECT, RMS 122, 128-9, 141 & 142, BMEU, CINCINNATI, OH 45234-9441 CNT 232098-96-B-0419 AMT $447,423.00 DTD 112296 TO Three R Construction Co., 20 E. Voorhees St., Cincinnati OH 45215 CITE: (M-338 SN008377) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, 8055 E Tufts Avenue, Suite 400, Denver, CO SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REPAIRS AND ALTERATIONS IN POSTAL FACILITIES IN THE GEOGRAPHIC AREA OF SOUTHWESTERN ID, ZIP CODE AREA 836 AND 837 CNT 072976-97-B-0097 AMT $1,075.00 DTD 112696 TO Colvico Inc., P.O. Box 2682, Spokane, WA 99220-2682 CITE: (M-338 SN008378) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, 8055 E Tufts Avenue, Suite 400, Denver, CO SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REPAIRS AND ALTERATIONS IN POSTAL FACILITIES IN THE GEOGRAPHIC AREA OF SOUTHEASTERN ID, ZIP CODE AREAS 832, 833 AND 834 CNT 072976-97-B-0098 AMT $1,075.00 DTD 112696 TO Colvico Inc., P.O. Box 2682, Spokane, WA 99220-2682 CITE: (M-338 SN008379) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799 SUBJECT: Z--SUNCOAST DISTRICT--TAMPA, FL AREA--INDEFINITE QUANTITY CONSTRUCTION CONTRACT POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660. CNT 123125-97-B-3031 & 123125-97-B-3032 AMT Multiplier .564 & .57 DTD 112796 TO Darcon, Inc., P.O. Box 1579, Oldsmar, FL 34677-1579 & Coastal Unlimited Inc., PO Box 260493, Tampa, FL 33685-0493 CITE: (M-338 SN008380) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Yorktown NAVFACENGCOM Contracts, P. O. Box 308, Lackey, VA 23694-0308 SUBJECT: Z -- REPLACE HVAC SYSTEM BLDG. 476, NAVAL WEAPONS STATION, YORKTOWN, VA POC Contact Point, Stephanie Leeper, Contract Specialist or Kathy Martin, Contracting Officer at (804) 887-4161 CNT N62470-96-C-5538 AMT $1,388,950 LINE BID ITEM 0001 AND 00 DTD 120396 TO Snap Contracting Corporation, 5665 E. Virginia Beach, Blvd., Norfolk, VA 23502-2427 CITE: (I-338 SN008409) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: Z--RENOVATION/ALTERATION EXISTING FACILITY, P&DC BLDG. 11, PITTSBURGH, PA 15290-9998 CNT 232098-96-B-0433 AMT $499,000.00 DTD 111896 TO Rob-Bern Associates, Inc., Box/Drawer 98203, Pittsburgh, PA 15227 CITE: (M-338 SN008447) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799 SUBJECT: Z--WARNER ROBINS, GA-AUXILIARY VMF-UST REMOVAL/UPGRADE POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660. CNT 123125-97-P-3034 AMT $19,641.82 DTD 112296 TO Batton & Toole, Inc., P.O. Box 407, Vidalia GA 30474-0407 CITE: (M-338 SN008449) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Property Management Contracts Branch, JCK Federal Building, 230 South Dearborn St, Chicago, IL 60604 SUBJECT: Z--ELEVATOR MODERNIZATION: PAUL FINDLEY FEDERAL BUILDING, SPRINGFIELD, IL POC Kimberly Wood, (217) 492-4277. CNT GS05P97GAC0001 AMT $545,300.00 DTD 111596 TO R.L. Vollintine Construction, Inc. 1621 Georgia Avenue, Springfield, IL 62703 CITE: (M-338 SN008451) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus, Ohio 43235-2788 SUBJECT: Z--REPAIR ROOFS, BUILDING 105 & 119, TOLEDO AIR NATIONAL GUARD BASE, SWANTON, OHIO POC Elaine Farabee, (614) 766-3843. CNT DAHA33-97-C-0002 AMT $162,800.00 DTD 111596 TO Wolfe's Roofing, Inc., 1302 Millbury Road, Oregon, OH 43619 CITE: (M-338 SN008458) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 5th Contracting Squadron LGCC, 211 Missile Avenue, Minot AFB, North Dakota 58705-5027 SUBJECT: Z-RENOVATE DORMS 276 & 211 CNT F32604-97-C0003 AMT $672,381.00 DTD 112596 TO Rolac Contracting, Inc., P.O. Box 1872, Minot, ND 58702 CITE: (M-338 SN008461) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 30 CONS/LGCCB, Bldg 7015, Section 2A, 806 13th Street, Suite 2, Vandenberg AFB, CA 93437-5226 SUBJECT: Z--INSTALL FLOW METERS AND REPLACE INDICATOR VALVES POC Claudia McMorris, Procurement Technical, (805) 734-8232, ext. 6-3758, Cora L. Armstrong, Contract Specialist, (805) 734-8232, ext 6-8376, Charles Painter, Contracting Officer, (805) 734-8232, ext 6-5002. CNT F04684-97-C0007 & F04684-96-B0013 AMT $181,606.00 LINE Clin 0001/0002 DTD 112296 TO Richard R. Simons Company, 281 N. Las Flores Road, Nipomo, CA 93444, (805) 929-3517 CITE: (M-338 SN008463) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA/Goddard Space Flight Center, Code 212, Greenbelt, MD 20771 SUBJECT: Z -- REPLACE SWITCHGEAR EQUIPMENT-VARIOUS BUILDINGS POC Joanne Santiago, Contract Specialist, 301-286-3473. CNT NAS5-97002 AMT $950,000.00 LINE N/A DTD 112196 TO Modern Electric of MD, Ltd., 7221 Baltimore-Annapolis Boulevard, Glen Burnie, MD 21062-2799 CITE: (I-338 SN008478) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--GUARD, SAFETY. SOL SP0750-96-Q-9772 CNT SP0750-97-M-7129 AMT $54,706.60 LINE 0001 THROUGH 0002 DTD 120296 TO Onodi tool and engineering Co 19150 Meginnity Ave Melvindale MI 48122-1934 CITE: (I-338 SN007888) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 12--TUBE ASSEMBLY, VIDIC SOL SP0920-97-Q-A017 CNT SP0920-97-M-0961 AMT $35,370.00 LINE 0001 DTD 112996 TO MPD Inc 316 E 9TH St Owensboro KY 42301-2312 CITE: (I-338 SN008147) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 12--LAMP ASSEMBLY CNT SP0920-97-M-1172 AMT $99,120.00 LINE 0001 DTD 112996 TO Autodyne Mfg Co Inc 200 N Strong Ave P O Box 623 Lindenhurst NY 11757-0623 CITE: (I-338 SN008182) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SUPPORT, STRUCTURAL SOL SP0460-96-R-2716 CNT SP0460-97-C-0119 AMT $46,500.00 LINE 0001 THROUGH 0002 DTD 112796 TO Aero Components P. O. Box 120157 419 West Fork Dr. Arlington, TX 76012 CITE: (I-337 SN007766) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DUCT, AFT SOL SP0460-96-R-0829 CNT N00383-92-G-B115-TYN1 AMT $144,210.00 LINE 0001AA THROUGH 0002A DTD 112796 TO Rohr Inc 850 Lagoon Dr Chula Vista CA 91910-2098 CITE: (I-337 SN007788) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--ELBOW ASSEMBLY SOL SP0460-96-Q-CE91 CNT SP0460-97-M-2280 AMT $57,750.00 LINE 0001 DTD 112796 TO Senior Flexonics Inc Stainless Steel Products Div 2980 N San Fernando Blvd Burbank CA 91504 CITE: (I-337 SN007790) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FIREWALL, FUSELAGE SOL SP0460-96-Q-CD33 CNT SP0460-97-M-2296 AMT $33,557.32 LINE 0001 DTD 112796 TO Seaman products of California 620 arroyo Ave P.O.Box 9004 San Fernando CA 91341-9004 CITE: (I-337 SN007791) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LINK ASSEMBLY, MOUNT SOL SP0460-96-Q-LJ65 CNT SP0460-97-M-2261 AMT $68,090.40 LINE 0001 DTD 112796 TO Dunrite Tool and Die Inc 2120 5TH Ave Ronkonkoma NY 11779-6906 CITE: (I-337 SN007792) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY, CANOPY SOL SP0460-96-Q-LW63 CNT SP0460-97-M-2226 AMT $43,660.00 LINE 0001 DTD 112796 TO Llamas Plastics, Inc. 12970 Bradley Ave. Sylmar, CA. 91342 CITE: (I-337 SN007793) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--TUBE ASSEMBLY, AIR BLEED DUCT SOL SP0460-96-R-3198 CNT SP0460-97-C-0127 AMT $57,682.00 LINE 0001AA THROUGH 0001A DTD 112996 TO Senior Flexonics Inc Stainless Steel Products Div 2980 N San Fernando Blvd Burbank CA 91504 CITE: (I-338 SN007987) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDSHIELD PANEL, AIRCRAFT SOL SP0460-96-Q-MR36 CNT SP0460-97-M-6247 AMT $88,990.00 LINE 0001 THROUGH 0003 DTD 112996 TO Sierracin/Sylmar Corp 12780 San Fernando Rd Sylmar CA 91342-3728 CITE: (I-338 SN007988) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SKIN, AIRCRAFT SOL SP0460-96-Q-XV89 CNT SP0460-97-M-4409 AMT $80,997.60 LINE 0001 DTD 112996 TO Precision Mold and Tool Government Div 941 Isom Rd San Antonio TX 78216-4136 CITE: (I-338 SN007989) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--COLLECTOR ASSEMBLY, SOL SP0460-97-R-0338 CNT SP0460-97-C-5090 AMT $379,291.00 LINE 0001 THROUGH 0003 DTD 112996 TO Precision Mfg Co of San Antonio Texas 4546 sinclair Road San Antonio TX 78222-2037 CITE: (I-338 SN007993) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--HOOK, CANOPY, MECHANI SOL SP0460-97-Q-B126 CNT F04606-96-G-0004-TY53 AMT $36,677.30 LINE 0001 DTD 112896 TO Northrop Grumman Corp Military Aircraft Systems Div El Segundo site 1 Hornet Way El Segundo CA 90245-2804 CITE: (I-338 SN008004) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--YOKE ASSY, FLAP JACK SCREW SOL SP0460-96-Q-AC95 CNT F09603-94-G-0035-XHM6 AMT $38,545.65 LINE 0001 THROUGH 0003 DTD 112996 TO Lockheed Martin Corp Lockheed Martin Aeronautical Systems 86 S Cobb Dr Marietta GA 30063 CITE: (I-338 SN008010) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FLAP HINGE, COVE LIP SOL SP0460-96-X-6821 CNT SP0460-97-M-4512 AMT $40,500.00 LINE 0001 DTD 112996 TO Bandy machining Intl 3420 N San Fernando Blvd P.O.Box 7716 Burbank CA 91510-7716 CITE: (I-338 SN008036) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDSHIELD PANEL, AI SOL SP0460-96-Q-LU26 CNT N00383-94-G-M114-TYT5 AMT $49,255.00 LINE 0001 THROUGH 0002 DTD 113096 TO Grumman Aerospace Corp MS B04 106 1111 Stewart Avenue P O Box 550 Bethpage, NY 11714-3582 CITE: (I-338 SN008039) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--CONE, RETAINING ROD SOL SP0460-96-Q-AN41 CNT N00383-92-G-K311-XK01 AMT $27,160.00 LINE 0001 THROUGH 0002 DTD 112996 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-338 SN008041) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY SOL SP0460-96-Q-AN05 CNT DAAJ09-93-G-0017-TYA9 AMT $112,854.70 LINE 0001 DTD 112996 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-338 SN008043) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDSHIELD PANEL, SKYLIGHT, AFT, L/H SOL SP0460-96-Q-AE64 CNT SP0460-97-M-4476 AMT $29,444.00 LINE 0001AA THROUGH 0001A DTD 120296 TO PPG Industries Inc works no 22 1719 Highway 72 E P O Box 2200 Huntsville AL 35804-4816 CITE: (I-338 SN008047) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY, FUSE SOL SP0460-97-Q-D004 CNT SP0460-97-M-6213 AMT $27,222.00 LINE 0001 DTD 112996 TO Helicomb Intl Inc 1402 S 69TH East Ave Tulsa OK 74112-6610 CITE: (I-338 SN008048) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, STRUCTURAL, AI SOL SP0460-96-R-2168 CNT SP0460-97-C-0120 AMT $49,997.00 LINE 0001 DTD 112996 TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053 CITE: (I-338 SN008050) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--COAMING, CARGO DOOR SOL SP0460-96-Q-AP01 CNT SP0460-97-M-6236 AMT $75,000.00 LINE 0001 THROUGH 0002 DTD 112896 TO Plastic fabricating Co Inc sub of meggitt-usa Inc 1650 S McComas Wichita KS 67213-1239 CITE: (I-338 SN008051) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--INSULATION ASSEMBLY SOL SP0460-96-Q-CE52 CNT SP0460-97-M-2290 AMT $58,195.62 LINE 0001 THROUGH 0002 DTD 113096 TO Seaman products of California 620 arroyo Ave P.O.Box 9004 San Fernando CA 91341-9004 CITE: (I-338 SN008054) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY, LOW SOL SP0460-96-Q-AN67 CNT SP0460-97-M-6250 AMT $54,912.00 LINE 0001 DTD 112996 TO Helicomb Intl Inc 1402 S 69TH East Ave Tulsa OK 74112-6610 CITE: (I-338 SN008057) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDOW ASSEMBLY SOL SP0460-96-Q-XV24 CNT SP0460-97-M-4550 AMT $95,975.00 LINE 0001AA THROUGH 0002A DTD 112996 TO Llamas Plastics, Inc. 12970 Bradley Ave. Sylmar, CA. 91342 CITE: (I-338 SN008059) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LEADING EDGE, ACFT SOL SP0460-95-R-4029 CNT SP0460-97-C-5091 AMT $189,057.60 LINE 0001 THROUGH 0002 DTD 120296 TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053 CITE: (I-338 SN008060) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--GRIP ASSEMBLY SOL SP0460-96-Q-LN64 CNT SP0460-97-M-2230 AMT $45,555.96 LINE 0001 THROUGH 0002 DTD 112796 TO Essex Industries Inc Essex Mfg Div 6 Sunnen Dr Saint Louis Mo 63143-3903 CITE: (I-337 SN007796) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--PARTS KIT, AIR MOTOR SOL 96TV92-02-P-0900 CNT SP0920-97-M-1090 AMT $61,404.00 LINE 0001 DTD 112796 TO Burke Products Inc 954 Senate Dr Centerville OH 45459-4017 CITE: (I-337 SN007868) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--HOUSING, PISTON, WHEEL. E/I U-21A AIRCRAFT SOL 96TV39-62-P-0700 CNT SP0750-97-M-1192 AMT $26,649.00 LINE 0001 DTD 112996 TO Hoosier Industrial Supply Inc 1223 Chicago Ave P.O.Box 929 Goshen IN 46527 CITE: (I-338 SN007890) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--LAP ASSEMBLY, VALVE. SOL SP0740-96-Q-HA91 CNT SP0740-97-M-1486 AMT $76,896.38 LINE 0001 DTD 112996 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-338 SN007897) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--FILTER ELEMENT, FLUID. CNT F09603-95-G-0013-UB6A AMT $53,045.00 LINE 0001 THROUGH 0003 DTD 120396 TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas Park FL 34665-5798 CITE: (I-338 SN007920) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--COMPENSATOR-PLUG (COMPENSATOR, LIQUID, VOLUME). CNT SP0770-97-C-4343 AMT $472,273.60 LINE 0001 THROUGH 0004 DTD 120296 TO Senior Flexonics Inc metal bellows Div 1075 Providence Hwy Sharon MA 02067 CITE: (I-338 SN007925) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SHAFT ASSEMBLY, SYNCHRONIZING SOL SP0740-96-X-N212 CNT F09603-94-G-0038-UB55 AMT $89,623.80 LINE 0001 THROUGH 0005 DTD 112996 TO United Technologies Corp Hamilton Standard Div 1 Hamilton Rd Windsor Locks CT 06096-1010 CITE: (I-338 SN007934) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--JET ASSY, LUBE CNT F09603-94-G-0016-UB1A AMT $29,220.00 LINE 0001 THROUGH 0003 DTD 120396 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-338 SN007941) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CAM, LAUNCH BAR, NOSE. CNT SP0770-97-M-HN26 AMT $35,986.08 LINE 0001 THROUGH 0002 DTD 120396 TO Grumman St Augustine Corp sub of Grumman Aerospace Corp 5000 US 1 N P O drawer 3447 Saint Augustine FL 32085-3447 CITE: (I-338 SN007942) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PARTS KIT, PROP CONTROL. SOL SP0740-96-Q-HA89 CNT SP0740-97-M-1484 AMT $72,210.60 LINE 0001 THROUGH 0003 DTD 112996 TO Kitco Inc 1625 N Mountain springs pky P O Box 900 Springville UT 84663-0900 CITE: (I-338 SN007943) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--SEAT, AIRCRAFT SOL SP0460-96-R-2702 CNT SP0460-97-C-5086 AMT $167,451.00 LINE 0001 THROUGH 0003 DTD 112996 TO Simula Government Products Inc DBA SGP Inc 10016 S 51ST St Phoenix AZ 85044-5203 CITE: (I-338 SN007990) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--SCREW, BALL SOL SP0460-97-X-3249 CNT SP0460-97-M-4414 AMT $99,960.00 LINE 0002 DTD 112896 TO Aircraft logistic support Co /Alco/ 1001 Shannon CT unit C Livermore CA 94550 CITE: (I-338 SN007992) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--ARM, WINDSHIELD WIPER SOL SP0460-96-R-3044 CNT SP0460-97-C-0114 AMT $45,247.68 LINE 0001 THROUGH 0002 DTD 112996 TO Krause Airco Inc 630 Meyer lane redondo Beach CA 90278 CITE: (I-338 SN007996) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--STRAP, MOUNTING, OIL TANK CNT SP0460-97-M-4523 AMT $25,393.41 LINE 0001 THROUGH 0003 DTD 112996 TO DFP Mfg Corp 40 keyland CT Bohemia NY 11716 CITE: (I-338 SN008002) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--CONTROL ASSEMBLY, PUSH-PULL SOL SP0460-97-Q-B001 CNT SP0460-97-M-2305 AMT $71,449.50 LINE 0001 DTD 112996 TO Norco, Inc. P. O. Box 405 georgetown CT. 06829 CITE: (I-338 SN008008) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BELT, AIRCRAFT SAFETY SOL SP0460-96-R-2257 CNT SP0460-97-C-0115 AMT $31,274.24 LINE 0001 DTD 112996 TO Davis aircraft products Co Inc 1150 Walnut AV Bohemia NY 11716-2105 CITE: (I-338 SN008014) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PARTS KIT, INLET DOOR SOL SP0460-97-Q-B034 CNT SP0460-97-M-2288 AMT $35,042.00 LINE 0001 DTD 113096 TO Talley Corp the DBA Teleflex control systems 1950 Williams Dr Oxnard CA 93030 CITE: (I-338 SN008015) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PARTS KIT, ACTUATOR, SOL SP0460-96-Q-XU69 CNT SP0460-97-M-4524 AMT $48,664.00 LINE 0001 THROUGH 0003 DTD 112996 TO CEF Industries Inc Calco Div 320 S Church St Addison IL 60101 CITE: (I-338 SN008037) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--LOCKING BAR SOL SP0460-96-Q-MT70 CNT F04606-96-G-0018-TY21 AMT $52,500.00 LINE 0001 THROUGH 0002 DTD 112996 TO Teledyne Ryan aeronautical Teledyne Industries Inc 2701 N Harbor Dr San Diego CA 92138 CITE: (I-338 SN008040) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SEAL ASSY, TURBINE, C SOL SP0920-96-Q-2934 CNT SP0920-97-M-1109 AMT $89,243.70 LINE 0001 THROUGH 7002 DTD 112996 TO Huntington Valley Industries 5142 Bolsa Ave Suite 105 Huntington Beach CA 92649-1048 CITE: (I-338 SN008139) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SHAFT AND SLEEVE, TU SOL 96TP45-62-P-0900 CNT N00383-95-G-M120-UBY8 AMT $40,407.15 LINE 0001 THROUGH 0003 DTD 112996 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-338 SN008141) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--PLATE, NOZZLE SEAL CNT F09603-94-G-0038-UB2G AMT $31,188.24 LINE 0001AA THROUGH 0001A DTD 112696 TO United Technologies Corp Hamilton Standard Div 1 Hamilton Rd Windsor Locks CT 06096-1010 CITE: (I-338 SN008165) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, Ste. 5, Tyndall, AFB, FL 32403-5526 SUBJECT: 16--AIRCRAFT BRAKE KITS POC TSgt Hooks Contract Specialist, (904) 283-8613, fax (904) 283-3963, Brian J. Andrade Contracting Officer. CNT F08637-97-C0001 AMT $498,945 LINE 0001 DTD 111896 TO Engineered Systems Company 2550 Market Street, Aston, PA 19014-3426 CITE: (M-338 SN008332) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, Mo 63120 SUBJECT: 16 -- BRAKE, ROTOR POC Diane Simpson, Contract Specialist, 314-263-0734, Rita Surgeon, Contracting Officer, 314-263-0742, AMSAT-A-PLBD. CNT DAAJ09-96-P-0910 AMT $ 34,983.65 LINE 0001AA DTD 100996 TO National Machine Co., Stow, OH 44224-1708 CITE: (I-338 SN008405) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--KIT, MOBILITY. SOL SP0770-96-Q-QF51 CNT SP0770-97-M-AX44 AMT $80,962.00 LINE 0001 THROUGH 0002 DTD 113096 TO Ibide Intl Corp 229 Gentlebrook Rd Owings Mills MD 21117-2457 CITE: (I-338 SN007910) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--TRUNNION ASSEMBLY. SOL SP0740-96-Q-HA30 CNT SP0740-97-M-1498 AMT $30,500.75 LINE 0001 DTD 112996 TO Aero Engineering and Mfg Co 28217 Ave Crocker Valencia CA 91355-1249 CITE: (I-338 SN007928) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--STAND, TRANSPORT, ENGINE, UNIVERSAL. SOL SP0770-97-Q-MB82 CNT SP0770-97-M-EA10 AMT $28,700.00 LINE 0001 THROUGH 0002 DTD 112996 TO Bright Lights USA Inc 104 Harmon Dr Blackwood NJ 08012-5148 CITE: (I-338 SN007947) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, San Diego Detachment, Code 400, Pearl Harbor, Hawaii 96860-5353 SUBJECT: 19--SHIP REPAIR POC Dwight N. Jackson, (808) 474-5502/Contracting Officer. CNT J.O. #97-0002H AMT $196,385.00 LINE LOT 0001 DTD 111396 TO HONOLULU SHIPYARD, INC.-0 CITE: (M-338 SN008455) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 19 -- USS GUAM (LPH-9), SSP 078-97, TAV CNT JOB ORDER 7034 AMT $32,825.00 LINE 0001, 0002, 0003 DTD 120396 TO Moon Engineering Company, Inc., 2 Harper Avenue, Portsmouth, VA 23707 CITE: (I-338 SN008502) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 20--HUB, BODY ASSEMBLY SOL SP0760-96-R-2052 CNT SP0760-97-C-4084 AMT $173,500.00 LINE 0001 DTD 120396 TO Mcr engineering Co Inc 321 East St walpole MA 02032 CITE: (I-338 SN007889) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--CONTAINER, TRASH SOL SP0451-96-B-3027 CNT SP0490-97-C-5092 AMT $205,154.40 LINE 0001 THROUGH 0003 DTD 120296 TO Germantown tool and machine works Inc 1681 republic Rd huntingdon valley PA 19006-1807 CITE: (I-338 SN008049) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, automotive commodity, acquisitiondivision (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97031 AMT $94,392,110.00 LINE VARIOUS DTD 111896 TO Ford Motor company, Ford Division, 300 renaissance center, detroitmi 48243 CITE: (I-337 SN007760) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, automotive center, acquisition, Division (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97032 AMT $79,529,867.00 LINE VARIOUS DTD 111896 TO General Motors corporation, fleet operations-bid center, 30007 van Dyke Avenue, Warren, MI 48090 CITE: (I-337 SN007761) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, automotive center, Acquisition Division (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97030 AMT $74,834,667.00 LINE VARIOUS DTD 111896 TO Chrysler corporation, 1401 H Street, n.w., Suite 700, Washington, DC 20005 CITE: (I-337 SN007762) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--DRAWBAR AND YOKE ASSEMBLY. ON GRADER, ROAD SOL SP0750-97-Q-0013 CNT SP0750-97-M-4233 AMT $45,662.52 LINE 0001 THROUGH 0002 DTD 112996 TO Ohio machinery Co government sales office 5695 crooked stick Rd P.O.Box 399 Sharon Center OH 44274-0399 CITE: (I-338 SN007887) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CASE, TRANSMISSION. ON TRUCK, 5 TON, SOL 96TER9-72-P-0700 CNT SP0750-97-M-1214 AMT $35,203.80 LINE 0001 THROUGH 0003 DTD 112996 TO Hydro power industrial products Inc 3650 South big Bend Blvd St Louis Mo 63143-3902 CITE: (I-338 SN007903) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CLUTCH ASSEMBLY, FRICTION, FAN DRIVE. SOL SP0750-96-Q-B247 CNT SP0750-97-M-9276 AMT $66,924.00 LINE 0001 DTD 112996 TO Jay's LTD Inc DBA parts source LTD 941-D Ashwaubenon St Green Bay WI 54304 CITE: (I-338 SN007904) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CLUTCH, POSITIVE. SOL SP0750-96-Q-B238 CNT SP0750-97-M-9222 AMT $38,082.00 LINE 0001 DTD 112996 TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758 CITE: (I-338 SN007926) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SUPPORT, RETRACTABLE, TRAILER. SOL SP0750-96-Q-0429 CNT SP0750-97-M-0171 AMT $31,251.84 LINE 0001 THROUGH 0002 DTD 112996 TO Beta Mfg Co Inc sub of Hayes Corp W161 N9116 Hayes Ave P.O.Box 630 menomonee Falls WI 53052 CITE: (I-338 SN007935) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--TORQUE CONVERTER (HEAVY-DUTY, 6 MOUNTING PADS, SOL SP0750-96-Q-7098 CNT SP0750-97-M-5193 AMT $99,360.00 LINE 0001 THROUGH 0004 DTD 120296 TO Tri components products Co 973 Brook Ave Bronx NY 10451-4209 CITE: (I-338 SN007948) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SPACER, STAGE 5 & 6 SOL SP0480-96-Q-JA12 CNT SP0480-97-M-F259 AMT $38,819.40 LINE 0001 THROUGH 0003 DTD 112796 TO Lin-fasteners Inc 770 S RT 73 West Berlin NJ 08091 CITE: (I-337 SN007770) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--PARTS KIT, BEARING SOL SP0480-97-Q-J413 CNT SP0480-97-M-F293 AMT $35,706.80 LINE 0001 DTD 112796 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-337 SN007772) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--PISTON, ACTUATOR SOL SP0480-97-Q-J379 CNT F41608-94-G-0031-TY80 AMT $29,234.00 LINE 0001 THROUGH 0002 DTD 112796 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-337 SN007774) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--PARTS KIT, LINER, CYLINDER. SOL SP0750-96-Q-B242 CNT SP0750-97-M-9232 AMT $49,533.00 LINE 0001 THROUGH 0004 DTD 120296 TO PTC Inc communications Div 2822 Juniper St Fairfax VA 22031 CITE: (I-338 SN007896) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CYLINDER SLEEVE AND PISTON ASSEMBLY. SOL SP0750-96-Q-1611 CNT SP0750-97-M-1182 AMT $47,955.00 LINE 0001 DTD 120396 TO Ibide Intl Corp 229 Gentlebrook Rd Owings Mills MD 21117-2457 CITE: (I-338 SN007946) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--GEAR ASSEMBLY, COMPRESSOR SOL SP0480-96-R-3207 CNT F34601-95-G-0012-TY63 AMT $393,583.00 LINE 0001AA THROUGH 0002A DTD 112896 TO Allison Engine Co Inc MS speed code R39 2001 S Tibbs Ave P.O.Box 420 Indianapolis In 46206-0420 CITE: (I-338 SN008000) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--VANE ASSEMBLY, STATOR SOL SP0480-96-R-2952 CNT SP0480-97-C-5041 AMT $215,870.40 LINE 0001 THROUGH 0002 DTD 112996 TO Sams Airpack Plus Inc 5175 Ridgevine Way Fair Oaks CA 95628 CITE: (I-338 SN008007) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SEAL, AIR, GAS TURBINE SOL SP0480-96-Q-W694 CNT SP0480-97-M-F223 AMT $51,332.00 LINE 0001AA THROUGH 0002A DTD 112996 TO Precision rings Inc 5611 progress Rd P.O.Box 421189 Indianapolis In 46242-1189 CITE: (I-338 SN008016) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--COVER, GEARBOX ASSEMBLY SOL SP0480-97-Q-J611 CNT SP0480-97-M-F240 AMT $88,842.00 LINE 0001 DTD 112996 TO Twin Mfg Inc 273 Chapel Rd South Windsor CT 06074-4104 CITE: (I-338 SN008044) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 28 -- GEAR, COMPRESSOR ASSY POC M. Balahadia CNT N00406-97-M-B771 AMT $3,301,333 LINE N/A DTD 112596 TO allison engene co p o box 420 indianapolis in 46206 CITE: (I-338 SN008093) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--ACTUATOR, GOVERNOR CNT SP0770-97-M-AQ73 AMT $53,640.30 LINE 0001 THROUGH 0006 DTD 120296 TO Woodward Governor Co 1000 E Drake Rd P.O.Box 1519 Fort Collins Co 80522 CITE: (I-338 SN007885) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--ATOMIZER ASSEMBLY, FUEL. SOL 96T797-32-P-0700 CNT N00383-95-G-M122-UB9H AMT $29,974.00 LINE 0001 DTD 120296 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-338 SN007932) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 29-TURBOCHARGER POC Contact Point, Bob Hess, 02112.4, (717)790-4061, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 CNT N0010497CDA04, Sol Nr N00104-96-R-DC30, NIIN 01214 AMT $285,720 DTD 121296 TO Abb Turbocharger Co , North Brunswick ,NJ 08902-1832 CITE: (I-338 SN007976) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--GEARSHAFT, HELICAL. CNT N00383-95-G-M120-UBAA AMT $48,313.25 LINE 0001AA THROUGH 0002A DTD 120296 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-338 SN007886) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CASING, FLEXIBLE CNT SP0740-97-C-0007 AMT $84,411.60 LINE 0003 THROUGH 0004 DTD 113096 TO Triumph Controls Inc 205 Church Rd North Wales PA 19454 CITE: (I-338 SN007900) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR, SPUR. STEEL. 265 TEETH, 6/8 DIAMETRAL SOL 96TAS3-32-P-0700 CNT SP0760-97-M-8700 AMT $50,702.30 LINE 0001 THROUGH 0002 DTD 112996 TO Valley Detroit Diesel Allison 11300 inland Ave mira Loma CA 91752 CITE: (I-338 SN007902) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--WEIGHT, COUNTERBALANCE SOL 96TAJ2-42-P-0700 CNT SP0770-97-M-AJ93 AMT $28,902.65 LINE 0001 THROUGH 0008 DTD 120296 TO Barlow metal stamping Inc 2 barlow St P.O.Box 1397 Bristol CT 06011-1397 CITE: (I-338 SN007906) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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. SOL SP0750-96-R-2363 CNT SP0750-97-C-2060 AMT $66,951.44 LINE 0001 THROUGH 0002 DTD 120196 TO Oshkosh Truck Corp 2307 Oregon St P.O. Box 2570 Oshkosh WI 54903-2570 CITE: (I-338 SN007927) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID SOL SP0770-95-Q-MD47 CNT SP0770-97-M-AQ66 AMT $38,976.00 LINE 0001 DTD 112996 TO AID Corp the 1 Laurel Heights Dr P O Box 685 Clayton GA 30525-0685 CITE: (I-338 SN007929) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--CHAIN ASSEMBLY, CONVEYOR. SOL SP0750-96-Q-B235 CNT SP0750-97-M-9259 AMT $34,655.00 LINE 0001 DTD 112996 TO Regal machine and engineering Inc 5200 E 60TH St P.O.Box P O Box 520 maywood CA 90270-3547 CITE: (I-338 SN007933) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 30 -- PACKING MATERIAL POC D. Gordon CNT N00406-97-M-C035 AMT $78,263 LINE N/A DTD 112196 TO j supply company u s hwy 1 north hilland fl 32046-1529 CITE: (I-338 SN008094) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 -- COUPLING, SHAFT, FLEX POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263- 2048, or June Tharp, Contracting Officer, (314)263-0800; FAX (314)263- 9012. CNT DAAJ09-97-C-0052, Solicitation DAAJ09-96-R-0335, 1 AMT $199,847.70 LINE N/A DTD 120396 TO Rexnord Corp., Coupling Opn, Main & Biddle St., P.O. Box 549, Warren, PA 16365 CITE: (I-338 SN008480) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR SOL 96TKA1-92-P-0500 CNT N00383-95-G-M120-TZID AMT $52,364.25 LINE 0001 DTD 112896 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-337 SN007831) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--WELDING ROD SET SOL SP0490-97-Q-V003 CNT SP0490-97-M-AD93 AMT $51,244.56 LINE 0001 THROUGH 0002 DTD 120296 TO R and D metals and chemicals Inc 201C perimeter pk P.O.Box 22533 Knoxville TN 37933-0533 CITE: (I-338 SN008001) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 34 -- WELDING ELECTRODES POC R. Phinn CNT N00406-97-M-C116 AMT $47,530 LINE N/A DTD 112296 TO pacific welding supplies inc 6204 state hwy 3 bremerton wa 98312 CITE: (I-338 SN008095) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 36--BLADDER, OXYGEN SOL SP0450-96-X-A456 CNT SP0450-97-M-K308 AMT $54,829.56 LINE 0001 THROUGH 0002 DTD 120296 TO Treadwell Corp 341 Railroad St P.O.Box 458 Thomaston CT 06787 CITE: (I-338 SN008053) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 39--LOAD BINDERS SOL 7FXI-N6-96-3903-N POC Richard Percoskie 817 978-2484 CNT GS07F90720 AMT $50,917.77 DTD 111896 TO W.H. Smith hardware Co. RTE 95W., P.O. Box 599 parkersburg, WV 26102 CITE: (I-338 SN007967) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--FAN, CENTRIFUGAL SOL SP0430-97-Q-Q054 CNT SP0430-97-M-R394 AMT $28,700.00 LINE 0001 DTD 112796 TO Joy Technologies Inc joy/green fan Div 338 S Broadway P.O.Box 5000 new Philadelphia OH 44663-3833 CITE: (I-337 SN007789) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--FAN, CENTRIFUGAL SOL SP0430-96-Q-FL72 CNT SP0430-97-M-R375 AMT $43,098.00 LINE 0001 THROUGH 0002 DTD 112996 TO Tuthill Corp coppus portable ventilation Div coppus Murray group millbury Industrial Pk P.O.Box 8000## millbury MA 01527-8000 CITE: (I-338 SN008052) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., SE., Atlanta, GA 30315 SUBJECT: 41--AIR-CONDITIONING EQUIPMENT POC Rebecca Canfield, Contract Specialist, (404) 622-6241, ext. 637, Fax (404) 331-4409. CNT J452C016, IFB452-0007 AMT $77,651.00 LINE AIRCONDITIONING EQUI DTD 111396 TO Trane Orlando-0 CITE: (M-338 SN008365) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 42--BRACKET, FIRE EXTINGUISHER... PER BUSHIPS DWG, WITH SOL SP0760-96-R-3207 CNT SP0760-97-C-4323 AMT $51,766.95 LINE 0001 DTD 112996 TO Century metal parts Corp 230 S fehrway Bay shore NY 11706-1208 CITE: (I-338 SN007894) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 42--RACK, FIRE HOSE; HOSE ASSEMBLY NOT INCLUDED SOL SP0760-96-Q-BA17 CNT SP0760-97-M-8844 AMT $29,445.76 LINE 0001 DTD 112996 TO Aero motive Mfg Co P O Box 2678 Kalamazoo MI 49003-2678 CITE: (I-338 SN007937) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--VALVE, SERVO SOL SP0760-96-Q-T311 CNT F34601-95-G-0003-UBAG AMT $67,704.00 LINE 0001 THROUGH 0004 DTD 112896 TO Vickers Inc Aerospace Marine Defense 5353 Highland Dr Jackson MS 39206 CITE: (I-337 SN007814) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, CENTRIFUGAL; NON-MEGNETIC SOL SP0760-96-R-4160 CNT SP0760-97-C-4905 AMT $102,144.00 LINE 0001 DTD 120396 TO Ohio pump of Salem Inc 409 E 2ND St Salem OH 44460-2815 CITE: (I-338 SN007895) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, HYDRAULIC RAM, SOL 96TW75-02-P-0700 CNT SP0770-97-M-GA31 AMT $29,745.04 LINE 0001 THROUGH 0002 DTD 120296 TO Precision Mold and Tool Government Div 941 Isom Rd San Antonio TX 78216-4136 CITE: (I-338 SN007898) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, HYDRAULIC, PUSH-START. ON! SOL SP0750-96-R-2753 CNT SP0750-97-C-2917 AMT $95,445.00 LINE 0001 DTD 112996 TO Ronal Industries Inc 25 Martin Pl port Chester NY 10573-4307 CITE: (I-338 SN007909) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP UNIT, CENTRIFUGAL. SOL SP0700-96-Q-0115 CNT SP0700-97-M-0699 AMT $30,667.00 LINE 0001 DTD 112996 TO Carver pump Co 2415 Park Ave P.O.Box 389 Muscatine IA 52761-5636 CITE: (I-338 SN007922) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--MANIFOLD, FUELING. SOL SP0770-97-Q-MD67 CNT SP0770-97-M-CM77 AMT $40,222.98 LINE 0001 THROUGH 0006 DTD 112996 TO Solar turbines Inc sub of Caterpiller Inc 2200 Pacific Hwy P O Box 85376 San Diego CA 92138-5376 CITE: (I-338 SN007891) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--COUPLING HALF, QUICK DISCONNECT. SOL SP0770-96-Q-PN53 CNT SP0770-97-M-CM75 AMT $30,904.64 LINE 0001 THROUGH 0003 DTD 112996 TO Kaiser Aerospace and Electronics Corp Kaiser Electroprecision Div 17000 S red Hill Ave Irvine CA 92614 CITE: (I-338 SN007893) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--MANIFOLD, HYDRAULIC SYSTEM ACCESSORIES. CNT SP0770-97-M-EA17 AMT $75,733.20 LINE 0001 THROUGH 0002 DTD 112996 TO Air Dry Corp of America 5297 Maureen Ln Moorpark CA 93021-6226 CITE: (I-338 SN007899) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1-3/8 INCH INSIDE SOL SP0740-96-Q-JB61 CNT SP0740-97-M-0154 AMT $39,270.00 LINE 0001 THROUGH 0002 DTD 112996 TO Air-pro, Inc. 2981 NW 79 Ave P O Box 522522 Miami, Fla 33152-2522 CITE: (I-338 SN007905) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE, METALLIC. COPPER ALLOY MATERIAL(90-10), SOL SP0760-96-R-3210 CNT SP0760-97-C-4324 AMT $138,754.56 LINE 0001 THROUGH 0002 DTD 112696 TO Production supply Co Inc 26845 VISTA ter Lake Forest CA 92630 CITE: (I-338 SN007923) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. SOL SP0740-96-R-0971 CNT SP0740-97-C-0905 AMT $144,444.75 LINE 0001 THROUGH 0004 DTD 120296 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-338 SN007924) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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 ASSEMBLY, PIPE. SOL SP0770-96-Q-PN43 CNT SP0770-97-M-CN24 AMT $27,439.00 LINE 0001 DTD 112996 TO Corry Mfg Co 519 W Main St Corry PA 16407-1798 CITE: (I-338 SN007931) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--MANIFOLD, HYDRAULIC SYSTEM ACCESSORIES. SOL SP0770-96-Q-VG21 CNT SP0770-97-M-HM78 AMT $25,872.00 LINE 0001 DTD 120396 TO Kaiser Aerospace and Electronics Corp Kaiser Fluid Technologies Div 530 Sugar Creek Rd E P O Box 5270 Charlotte NC 28225 CITE: (I-338 SN007936) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--COUPLING HALF, QUICK DISCONNECT. SOL SP0740-96-R-0978 CNT SP0740-97-C-0904 AMT $59,038.56 LINE 0001 THROUGH 0004 DTD 112996 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-338 SN007938) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE, METALLIC. CRES MAT'L., 0.028 IN. WALL THK, SOL SP0750-96-Q-5950 CNT SP0750-97-M-4238 AMT $25,933.68 LINE 0001 THROUGH 0004 DTD 120296 TO ABCO Specialty Metals Inc 3209 Ivy Hill Dr P.O.Box 170744 Arlington TX 76003-0744 CITE: (I-338 SN007939) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. CRES, PREBENT, 1-1/4 INCH SOL 96TEZ4-12-P-0700 CNT F42600-94-G-7559-UB6L AMT $28,146.96 LINE 0001 THROUGH 0002 DTD 112996 TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E. Marginal Way Seattle WA. 98124-2499 CITE: (I-338 SN007945) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 47 -- BOILER TUBES POC J. Pavlicek CNT N00406-97-M-C472 AMT $26,448 LINE N/A DTD 112696 TO a.z.e. supply co inc 822 montgomery ave suite 312 narberth pa 19072 CITE: (I-338 SN008096) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, GLOBE SOL SP0770-96-Q-RA24 CNT SP0770-97-M-DM56 AMT $31,540.00 LINE 0001 DTD 120296 TO Milwaukee Valve Co Inc 2375 S Burrell St Milwaukee WI 53207-1519 CITE: (I-338 SN007892) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, REGULATING, TEMPERATURE. SIZE: 1 1/4 IN. SOL SP0760-96-R-4198 CNT SP0760-97-C-4802 AMT $84,035.00 LINE 0001 THROUGH 0002 DTD 120296 TO Spirax Sarco Inc 1951 Glenwood St SW P.O.Box 119 Allentown PA 18105-0119 CITE: (I-338 SN007901) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, RELIEF, PRESSURE AND TEMPERATURE. 15-1/2 SOL SP0760-96-Q-Z353 CNT SP0760-97-M-6693 AMT $52,564.80 LINE 0001 THROUGH 0002 DTD 120396 TO Comptech Corp 15946 Derwood Rd Rockville MD 20855 CITE: (I-338 SN007907) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--HEADER ASSEMBLY. SOL SP0740-96-Q-0462 CNT F09603-95-G-0015-UBE9 AMT $37,302.70 LINE 0001AA THROUGH 0002A DTD 120296 TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave Kalamazoo MI 49001-4165 CITE: (I-338 SN007908) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, BALL SOL SP0740-96-Q-MA33 CNT N00383-96-G-005D-UB06 AMT $54,352.76 LINE 0001 THROUGH 0002 DTD 120396 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-338 SN007921) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, CHECK SOL SP0740-96-Q-GC80 CNT SP0740-97-M-3942 AMT $31,598.10 LINE 0001 DTD 120396 TO Lee Co the 2 Pettipaug Rd P.O.Box 424 Westbrook CT 06498-0424 CITE: (I-338 SN007930) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, REGULATOR. SOL SP0770-96-Q-RA29 CNT SP0770-97-M-AZ74 AMT $42,364.50 LINE 0001 THROUGH 0002 DTD 112996 TO Comptech Corp 15946 Derwood Rd Rockville MD 20855 CITE: (I-338 SN007944) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SAFETY RELIEF. SOL SP0760-97-Q-0096 CNT SP0760-97-M-0064 AMT $30,104.22 LINE 0001 DTD 120396 TO Anderson greenwood and Co 3950 greenbriar Stafford TX 77497-0944 CITE: (I-338 SN007949) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--TIRE INFLATOR GAGE AND HOSE ASSEMBLY, WITH SOL SP0750-97-Q-0004 CNT SP0750-97-M-4236 AMT $47,428.30 LINE 0001 THROUGH 0002 DTD 112996 TO Milton Industries Inc 4500 W Cortland St Chicago IL 60639-5105 CITE: (I-338 SN007940) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 49--DISK, ROTOR SOL SP0450-96-R-1570 CNT SP0450-97-C-0130 AMT $28,800.00 LINE 0001AA THROUGH 0001A DTD 112996 TO Dover Tool Co 297 Orland St Bridgeport CT 06605-2220 CITE: (I-338 SN008038) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 49--TROUGH CONTROL ASSEMBLY SOL SP0450-96-Q-SV54 CNT SP0450-97-M-K372 AMT $26,352.00 LINE 0001 DTD 120296 TO Transdigm Inc controlex Div Aerocontrolex Group 26380 Curtiss Wright Pky dest Bldg P.O.Box 43210## Cleveland OH 44143-0210 CITE: (I-338 SN008058) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--COUNTING UNIT, DIGITAL SOL SP0920-97-Q-0233 CNT SP0920-97-M-0978 AMT $26,044.00 LINE 0001 THROUGH 7002 DTD 112996 TO Computer measurements Co 9600 Owensmouth Ave P O Box 3474 Chatsworth CA 91311-4803 CITE: (I-338 SN008138) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--SPACER, PLATE SOL SP0500-97-Q-5535 CNT N00383-92-G-K311-TZLE AMT $198,415.10 LINE 0001 THROUGH 0002 DTD 112896 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-337 SN007830) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--BOLT, MACHINE SOL SP0500-97-Q-B924 CNT SP0500-97-M-L179 AMT $95,648.00 LINE 0001AA THROUGH 0001A DTD 112896 TO Morton Mfg 17341 W Sierra Hwy Santa clarita CA 91351 CITE: (I-337 SN007832) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--SPACER, STATOR RING SOL SP0500-96-Q-GP54 CNT F34601-92-G-0011-TZH4 AMT $60,722.50 LINE 0001 DTD 112896 TO General Electric Supply Co Support Services Section 158 Gaither Drive Mt Laurel N J 08054-1716 CITE: (I-337 SN007833) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--STRAP, WEBBING SOL SP0500-97-Q-8370 CNT SP0500-97-M-L348 AMT $93,000.00 LINE 0001 DTD 112896 TO Victor Balata Belting Co Corp 1118 S 25TH St Easton PA 18042 CITE: (I-337 SN007835) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--BOLT SOL SP0500-97-R-0007 CNT SP0500-97-C-0026 AMT $34,637.31 LINE 0001 DTD 112896 TO Delta machine and tool Co Inc 201 Ruthar Dr Suite 3 Newark DE 19711 CITE: (I-337 SN007836) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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--SPACER, RING SOL SP0500-97-Q-6798 CNT SP0500-97-M-L210 AMT $46,719.10 LINE 0001 THROUGH 0002 DTD 112896 TO Romac electronics Inc 155 E ames court Plainview NY 11803-2307 CITE: (I-337 SN007837) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 53--NUTS AND BOLTS POC Contracting Officer, CALABRO, ALICE, 202/508-3954 CNT 1PI-C-2846-97 AMT $162,392 DTD 112096 TO R.B.I. MANUFACTURING, INC., 6366 W. GROSS POINT ROAD, NILES, IL 60714-0000 CITE: (I-338 SN008229) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 53--NUTS AND BOLTS POC Contracting Officer, CALABRO, ALICE, 202/508-3954 CNT 1PI-C-2847-97 AMT $6,714 DTD 112096 TO ALLIED PRODUCTS, 12200 IH 10 W #1806, SAN ANTONIO, TX 78230-0000 CITE: (I-338 SN008230) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 53--NUTS AND BOLTS POC Contracting Officer, CALABRO, ALICE, 202/508-3954 CNT 1PI-C-2848-97 AMT $2,969 DTD 112096 TO AMERICAN BOLT & SCREW MANUFACTURING, 5590 JURUPA STREET, ONTARIO, CA 91761-0000 CITE: (I-338 SN008231) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--GASKET AND SEAL SET SOL SP0500-97-Q-8082 CNT SP0500-97-M-L701 AMT $98,904.00 LINE 0001 DTD 112996 TO Military vehicile operations G M truck and business group mailcode 2603 03 660 South Boulevard East pontiac Michigan 48341-3128 CITE: (I-338 SN008271) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--PADLOCK, GENERAL FIELD SERVICE SOL SP0500-97-Q-7829 CNT SP0500-97-M-L555 AMT $36,410.00 LINE 0001 DTD 112996 TO Abloy security Inc 6015 commerce Dr Suite 450 Irving TX 75063 CITE: (I-338 SN008272) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, PLAIN, ROUND SOL 96TJY8-22-P-0500 CNT SP0500-97-W-0758 AMT $41,610.00 LINE 0001 DTD 120296 TO Falcon aerospace 1018 W Main Street Arlington TX 76013 CITE: (I-338 SN008273) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL RING, METAL SOL SP0500-96-Q-TQ97 CNT SP0500-97-M-K904 AMT $34,931.25 LINE 0001 DTD 112996 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-338 SN008274) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN ENCASED SOL SP0500-96-Q-UB44 CNT F09603-91-G-0023-TZ9U AMT $32,385.00 LINE 0001 DTD 112996 TO Aircraft Braking Systems Corp 1204 Massillon Rd Akron OH 44306-4186 CITE: (I-338 SN008275) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Headquarters, U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, Mo SUBJECT: 53 -- BOLT, MIXER SUPPORT POC Diane Simpson, Contract Specialist, (314)263-0768, Rita Surgeon, Contracting Officer, (314)263-0742, AMSAT-A-PLBD. CNT DAAJ09-97-P-0029 AMT $ 55,611.00 LINE 0001AA DTD 101596 TO JACO Engineering, Anaheim, CA 92805-5356 CITE: (I-338 SN008404) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS 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 -- SEAL, PLAIN ENCASED POC Patricia A. Lewis-Goss, Contract Specialist, AMSAT-A-PLBB, 314-263- 0753, Beverly H. Ratliff, Contracting Officer, 314-263-0769, Datafax 314-263-9012. CNT DAAJ09-96-D-0101/0002 AMT $ 104,160.00 LINE 0002AA DTD 111596 TO Magnetic Seal Corportion, 365 Market Street, P. O. Box 445, Warren, RI 02885 CITE: (I-338 SN008408) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 54--STEPLADDER, FIBERGLASS SOL 7FXI-N6-96-5407-N POC Richard Percoskie 817 978-2484 CNT GS07F90790 AMT $110,308.00 DTD 112096 TO National Industries for the blind 1901 No. Beauregard St., STE. 200 Alexandria, VA 22311-1705 CITE: (I-338 SN007968) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 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, SOFTWOOD, BOARD; IN ACCORDANCE SOL SP0500-97-Q-9405 CNT SP0500-97-M-L537 AMT $27,220.48 LINE 0001 THROUGH 0002 DTD 112796 TO North star Forest products Inc 150 N wiget Ln no 112 P O Box 3496 Walnut creek CA 94598 CITE: (I-337 SN007829) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 55 -- SOFTWOOD LUMBER POC E. Gabagat CNT N00406-97-M-C080 AMT $42,542 LINE N/A DTD 112296 TO kenndy johnsen lumber co p o box 236 mountlake terrace wa 98043 CITE: (I-338 SN008097) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 56 -- PRC PRIMER & SEALANT POC M. Balahadia CNT N00406-97-M-A170 AMT $9,982,505 LINE N/A DTD 112296 TO c-worthy specialties 550 s palos verdes st san pedro ca 90733 CITE: (I-338 SN008098) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20707 SUBJECT: 56--GA S/B CRUSHED STONE AGGREGATE POC Debra Kaelberer, Contract Specialist, (301) 504-5548. CNT 54-3K47-7-005 AMT $22,680.00 DTD 111896 TO C.W. Over & Sons, Inc., 2 Bush Chapel Road, Aberdeen, Maryland 21001-2912 CITE: (M-338 SN008293) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--RECEIVER SUBASSEMBLY SOL SPO970-97-Q-A049 CNT F09603-94-G-0013-UB26 AMT $62,385.00 LINE 0001 THROUGH 0002 DTD 112796 TO Texas instruments Inc Defense Systems and Electronics Group 2501 W University P.O.Box 801 M/S 8064## mc kinney TX 75070-0801 CITE: (I-337 SN007860) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-RECEIVER,SONAR - AND OTHER REPLACEMENT PARTS POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 CNT N0010495G02025044, NIIN 144533018 AMT $261,360 DTD 112796 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-338 SN007977) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NISE East Charleston, Contracts Division, P.O. Box 190022, N. Charleston, S.C. 29419-9022 SUBJECT: 58 -- PORTABLE SENSOR PLATFORMS POC Contact Nancy Gartner, Code 1113NG, (803)743-4720/Contracting Officer, Paulette Dillard. CNT N65236-97-C-3016/N65236-97-R-0315 AMT $255,260.00 LINE N/A DTD 120296 TO EG&G, Washington Analytical Services Center (L), 900 Clopper Road, Suite 200, Gaithersburg, MD 20878 CITE: (I-338 SN008115) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: 58 -- LIGHTWEIGHT COMPUTER UNIT- OPTION POC E. Caffrey, CS, 908/532-4434, AMSEL-ACCB-BH. CNT DAAB07-96-C-E003 AMT $840,245.00 LINE N/A DTD 112796 TO Science Application International Corp, (SAIT), 4224 Campus Point Court, San Diego, CA 92121-1513 CITE: (I-338 SN008118) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: 58 -- O&R SERVICES FOR AUDIO DISTR UNITS P/O OH-58D POC G. Rohlfs, CS, 908/532-2058, AMSEL-ACCA-B-AK. CNT DAAB07-97-C-B309 AMT $243,841.00 LINE N/A DTD 112596 TO HR Textron Inc, 25200 W Rye Canyon Rd, Valencia, CA 91355-1204 CITE: (I-338 SN008119) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--ANTENNA COUPLER MOD SOL SP0900-97-T-V424 CNT SP0970-97-M-1246 AMT $68,705.00 LINE 0001 THROUGH 0004 DTD 120296 TO Bird electronic Corp 30303 Aurora Rd. Solon OH 44139-2743 CITE: (I-338 SN008153) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--CHAFF, COUNTERMEASUR SOL SP0970-97-Q-0332 CNT SP0970-97-M-1133 AMT $47,424.00 LINE 7001 THROUGH 7002 DTD 112996 TO Tracor aerospace Inc advanced systems opn /ASO/ sub of Tracor Inc bollinger Canyon Rd P O Box 196## San ramon CA 94583 CITE: (I-338 SN008171) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--LIMITER, ELECTRICAL SOL 97T396-62-P-0900 CNT SP0970-97-M-1317 AMT $26,000.00 LINE 7001 DTD 120396 TO KDI/triangle electronics Inc sub of KDI Corp 60 S Jefferson Rd Whippany NJ 07981 CITE: (I-338 SN008175) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Contracting Squadron, 5 CONS/LGCS, 211 Missle Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: 58--COMMUNICATION SYSTEM POC Carol Kraft, (701) 723-4174, Contracting Officer: John J. Olinger, (701) 728-3057. CNT F32604-97-C0002 AMT $299,277.62 DTD 111596 TO Motorola Incorporated, USFGMD, 7230 Parkway Drive, P.O. Box 500, Hanover, MD 21076 CITE: (M-338 SN008374) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, LINEAR SOL SP0960-96-R-A171 CNT SP0960-97-C-0013 AMT $192,684.00 LINE 0001 DTD 112796 TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton OH 45420-2854 CITE: (I-337 SN007857) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, ELECTROMAGNETIC SOL SP0930-96-Q-A250 CNT SP0930-97-M-1725 AMT $27,555.00 LINE 0001 DTD 112796 TO Figgie Intl Inc Hartman Electrical Mfg Div 175 N Diamond St Mansfield OH 44902-1004 CITE: (I-337 SN007858) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, LINEAR SOL SP0960-96-Q-1361 CNT SP0930-97-M-1846 AMT $45,991.00 LINE 0001 THROUGH 7001 DTD 112796 TO Hughes missile systems Co 1151 E hermans Rd P.O.Box 11337 Tucson AZ 85734-1337 CITE: (I-337 SN007859) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT BREAKER SOL SP0930-96-R-A066 CNT SP0930-97-C-0005 AMT $168,158.40 LINE 0001AA THROUGH 0001A DTD 112796 TO Seacoast Electric Co 50 Broadway St Hawthorne NY 10532-1245 CITE: (I-337 SN007861) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH ASSEMBLY SOL SP0900-96-T-A511 CNT SP0930-97-M-1538 AMT $55,989.39 LINE 0001 THROUGH 0002 DTD 112796 TO Summit Industries Inc 4545 Gateway Circle Kettering OH 45440-1711 CITE: (I-337 SN007862) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SYNCHRO, TRANSMITTER CNT SP0930-97-M-1762 AMT $54,625.00 LINE 0001 THROUGH 0002 DTD 112796 TO Kearfott Guidance and Navigation Corp sub of Astronautics Corp of America RT 70 Black Mountain NC 28711 CITE: (I-337 SN007863) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, RADIO FREQUENCY CNT SP0970-97-C-0014 AMT $131,750.00 LINE 0001AA THROUGH 0002A DTD 112796 TO General microwave Corp 5500 new horizons Blvd Amityville NY 11701-1130 CITE: (I-337 SN007864) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRIPPER, CIRCUIT BREAKER SOL SP0930-96-R-A061 CNT SP0930-97-C-0004 AMT $218,470.00 LINE 0001AA THROUGH 0001A DTD 112796 TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116 CITE: (I-337 SN007865) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITA SOL SP0960-95-Q-3397 CNT SP0960-97-M-1143 AMT $44,000.88 LINE 0001 DTD 112796 TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton OH 45420-2854 CITE: (I-337 SN007866) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, ROTARY SOL SP0930-96-Q-4655 CNT SP0930-97-M-1630 AMT $27,531.00 LINE 0001 THROUGH 0002 DTD 112796 TO Comsaco Inc 2320 Mohawk St Norfolk VA 23513 CITE: (I-337 SN007867) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, MEMORY SOL SP0960-97-X-0097 CNT SP0960-97-M-1130 AMT $99,691.20 LINE 0001 DTD 112796 TO Avnet Inc Hamilton Avnet Electronics Div 7760 Washington Village Dr Dayton OH 45459-4017 CITE: (I-337 SN007869) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CABLE ASSEMBLY, RADI SOL SP0451-96-Q-WD46 CNT SP0451-97-M-8336 AMT $41,040.00 LINE 0001 DTD 112996 TO Randtron systems Inc Lockheed Martin Randtron 130 Constitution Dr Menlo Park CA 94025-1166 CITE: (I-338 SN008056) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--ELBOW SOL SP0450-96-Q-SJ46 CNT SP0450-97-M-H431 AMT $38,036.70 LINE 0001 THROUGH 0002 DTD 113096 TO Winding Specialists Co. Inc 1225 Wellington Pl. Wichita KS 67203-3898 CITE: (I-338 SN008061) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 59 -- DIGITAL-MICROMETER POC L. Garity CNT N00406-97-M-B237 AMT $29,815 LINE N/A DTD 111496 TO kuker rankin inc 6510 216th st sw mountlake terrace wa 98043 CITE: (I-338 SN008099) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: 59 -- DIMS ECP-003, UPGRADE, OPTION POC D. Baldwin, CS, 908/532-5548, AMSEL-ACCA-A-AC. CNT DAAB07-94-C-A276 AMT $3,815,911.00 LINE N/A DTD 112696 TO Stanford telecommuications Inc, SATCOM Ground Sys, 5009 Centennial Blvd, Colorado Springs, CO 80919 CITE: (I-338 SN008120) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC CNT SP0935-97-M-1186 AMT $27,900.00 LINE 0001 THROUGH 0002 DTD 112996 TO J and B aviation services Inc 2860 cordelia Rd Suite 170 Fairfield CA 94533 CITE: (I-338 SN008133) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITA CNT SP0960-97-M-1145 AMT $48,030.00 LINE 0001 THROUGH 0003 DTD 120296 TO Hughes missile systems Co 1151 E hermans Rd P.O.Box 11337 Tucson AZ 85734-1337 CITE: (I-338 SN008134) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITA CNT SP0960-97-M-1258 AMT $25,557.00 LINE 0001 THROUGH 0002 DTD 120396 TO Hughes Aircraft Co microelectronic circuits Div 500 superior Ave P.O.Box P O Box H Newport Beach CA 92658-8903 CITE: (I-338 SN008136) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMBLY CNT SP0960-97-C-0018 AMT $492,474.08 LINE 0001 DTD 112996 TO Lockheed Martin federal systems Inc Lockheed Martin federal systems manassas 9500 godwin Dr manassas VA 22110-4104 CITE: (I-338 SN008137) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SOLENOID, ELECTRICAL SOL SP0930-96-Q-5113 CNT SP0930-97-M-1981 AMT $29,478.60 LINE 7001 DTD 120396 TO Rocker solenoid Co DBA rocker Industries 1500 240TH St Harbor City CA 90710-1309 CITE: (I-338 SN008140) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC SOL SP0935-97-Q-A005 CNT SP0935-97-M-1214 AMT $34,700.00 LINE 0001 THROUGH 0002 DTD 120296 TO Kings electronics Co Inc 40 marbledale Rd tuckahoe NY 10707-3420 CITE: (I-338 SN008142) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL SP0960-96-Q-A254 CNT SP0960-97-M-1087 AMT $58,120.00 LINE 0001 DTD 120396 TO Aparamus L L C 663 Drexel Rd Paramus NJ 07652 CITE: (I-338 SN008143) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRANSISTOR SOL SP0960-97-Q-A032 CNT F34601-95-G-0004-UB03 AMT $35,586.00 LINE 0001 DTD 112996 TO Northrop Grumman Corp electronic sensors and systems Div Rolling Meadows site 600 Hicks Rd Rolling Meadows IL 60008-1098 CITE: (I-338 SN008144) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITA CNT SP0960-97-M-1268 AMT $34,000.00 LINE 0001 THROUGH 0003 DTD 120396 TO MCB Corp of West Florida 1212 Washington St gloucester MA 01930-1055 CITE: (I-338 SN008146) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, VARIABLE, WIREWOUND, NONPRECISION SOL SP0905-97-Q-A018 CNT SP0905-97-M-1010 AMT $45,625.86 LINE 0001 THROUGH 0002 DTD 120396 TO Bi Technologies Corp 4200 Bonita Pl Fullerton CA 92635-1053 CITE: (I-338 SN008148) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--FILTER, RADIO FREQUE SOL SP0905-96-Q-A096 CNT SP0905-97-M-0936 AMT $30,688.50 LINE 0001 THROUGH 0003 DTD 112996 TO Potter production Corp 4570 W 77TH St Suite 239 Minneapolis MN 55435 CITE: (I-338 SN008149) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--HEADSET, ELECTRICAL SOL SP0970-96-Q-A287 CNT SP0970-97-M-1273 AMT $58,974.40 LINE 0001 THROUGH 0002 DTD 120296 TO DCM Industries 1901 E 5TH St P.O.Box 1942 Dayton OH 45401 CITE: (I-338 SN008150) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SEMICONDUCTOR DEVICE DIODE SOL SP0960-97-Q-A033 CNT SP0960-97-M-1261 AMT $57,750.30 LINE 0001 DTD 120396 TO Jemtec Electronics Corp 1901 E 5TH St P O Box 397 Dayton OH 45401 CITE: (I-338 SN008151) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELECTRICAL CNT SP0935-97-M-1316 AMT $60,112.71 LINE 0001 DTD 120396 TO Avx ceramics Div of avx Corp 19TH Ave South P.O.Box 867 Myrtle Beach SC 29577 CITE: (I-338 SN008152) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRANSFORMER, POWER SOL SP0905-97-Q-A008 CNT SP0905-97-M-0962 AMT $57,000.00 LINE 0001 THROUGH 0004 DTD 112996 TO Keytronics Inc 707 North St Endicott NY 13760-0209 CITE: (I-338 SN008155) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SUBASSEMBLY CNT SP0970-97-M-1037 AMT $80,800.00 LINE 0001 THROUGH 7003 DTD 112996 TO Lockheed Martin Corp Lockheed Martin communications systems 1 federal St camden NJ 08102 CITE: (I-338 SN008166) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, LINEAR SOL SP0960-96-Q-5504 CNT SP0960-97-M-1232 AMT $58,992.00 LINE 0001 THROUGH 0002 DTD 120296 TO Intronics Inc 150 Dan Rd Canton MA 02021 CITE: (I-338 SN008167) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, TOGGLE SOL SP0930-97-Q-A002 CNT SP0930-97-M-1322 AMT $99,993.20 LINE 0001AA THROUGH 0002 DTD 112996 TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box 210069 Dallas TX 75211-3804 CITE: (I-338 SN008168) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH ASSEMBLY SOL SP0930-96-Q-A202 CNT SP0930-97-M-1668 AMT $42,530.00 LINE 0001 THROUGH 0002 DTD 112996 TO Labarge Inc Electronics Div 1505 Maiden Ln P.O.Box 1210 Joplin Mo 64802 CITE: (I-338 SN008169) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRIPPER, CIRCUIT BREAKER SOL SP0930-96-Q-A216 CNT SP0930-97-M-1929 AMT $41,916.00 LINE 0001 THROUGH 0002 DTD 120396 TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116 CITE: (I-338 SN008170) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-96-R-A029 CNT F09603-95-G-0002-UD71 AMT $221,535.25 LINE 0001 DTD 112996 TO Smiths Industries Aerospace and Defense Systems Inc. Grand Rapids Div 4141 Eastern Ave SE Grand Rapids MI 49518-8727 CITE: (I-338 SN008173) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRANSOLVER, ELECTRIC SOL SP0930-96-Q-2674 CNT SP0930-97-M-1678 AMT $80,650.00 LINE 0001 THROUGH 0002 DTD 112996 TO MPC Products Corp 7426 N Linder Ave Skokie IL 60077 CITE: (I-338 SN008174) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRANSFORMER, AUDIO FREQUENCY CNT SP0905-97-M-0955 AMT $86,355.00 LINE 0001 THROUGH 0002 DTD 120296 TO Scientific Technologies Inc 6550 dumbarton CIR fremont CA 94555-3611 CITE: (I-338 SN008177) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, ELECTROMAGNETIC SOL SP0930-96-Q-4887 CNT SP0930-97-M-1139 AMT $55,064.70 LINE 0001 THROUGH 0002 DTD 120296 TO Electro air Corp Div of Avnet Inc 500 Lake Ridge Dr SE Smyrna GA 30082 CITE: (I-338 SN008178) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, RADIO FREQUE SOL SP0970-97-Q-A008 CNT SP0970-97-M-1307 AMT $96,448.00 LINE 0001 THROUGH 0003 DTD 120396 TO Jay-el products Inc DMT Div 23301 S Wilmington Ave Carson CA 90745-1921 CITE: (I-338 SN008179) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0900-96-T-W560 CNT SP0930-97-M-1667 AMT $86,764.00 LINE 0001 THROUGH 0002 DTD 120296 TO Precision sensors Inc 50 seemans Ln P O Box 509 Milford CT 06460-4337 CITE: (I-338 SN008180) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITAL CNT SP0960-97-M-1274 AMT $55,080.00 LINE 0001 THROUGH 0002 DTD 120396 TO Bell Industries, Inc E.D.D. military 446 Windsor Park drive Dayton OH 45459 CITE: (I-338 SN008181) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--OSCILLATOR, NONCRYSTAL CONTROLLED SOL SP0960-96-Q-A179 CNT SP0960-97-M-0977 AMT $82,050.00 LINE 0001AA THROUGH 0002A DTD 112996 TO Watkins-johnson Co 3333 hillview Ave Palo Alto CA 94304-1204 CITE: (I-338 SN008183) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RADOME CNT SP0970-97-M-1313 AMT $36,925.00 LINE 0001 DTD 120396 TO Starwin Industries Inc 3387 Woodman Dr Dayton OH 45429-4131 CITE: (I-338 SN008184) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SENSITIVE SOL SP0930-96-R-A089 CNT SP0930-97-C-0010 AMT $109,007.50 LINE 0001 THROUGH 0002AB DTD 120396 TO Texas instruments Inc control products Div M/S 12-33 34 Forest St P.O.Box 2964## Attleboro MA 02703-0964 CITE: (I-338 SN008185) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, THERMOSTATIC SOL SP0930-97-Q-A007 CNT SP0930-97-M-1761 AMT $34,712.64 LINE 0001 THROUGH 0002 DTD 112996 TO Texas instruments Inc control products Div M/S 12-33 34 Forest St P.O.Box 2964## Attleboro MA 02703-0964 CITE: (I-338 SN008186) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SENSITIVE CNT SP0930-97-M-1714 AMT $50,599.58 LINE 0001 THROUGH 0002 DTD 112996 TO Sager electrical Co Inc 7494 webster St Dayton OH 45414 CITE: (I-338 SN008187) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, LINEAR SOL SPO960-97-Q-A043 CNT SP0960-97-M-1289 AMT $33,201.00 LINE 0001 THROUGH 0003 DTD 120396 TO ILC data device Corp 105 Wilbur Pl Bohemia NY 11716-2482 CITE: (I-338 SN008188) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PUSH SOL SP0930-97-Q-0127 CNT SP0930-97-M-1466 AMT $31,055.40 LINE 0001 THROUGH 0004 DTD 120296 TO Airtechnics Inc 230 IDA Street Wichita KS 67211 CITE: (I-338 SN008189) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITAL SOL SP0960-97-Q-A022 CNT SP0960-97-M-1209 AMT $32,781.40 LINE 0001 THROUGH 0002 DTD 120296 TO Sarnoff David research center 201 Washington Rd Princeton NJ 08540-6449 CITE: (I-338 SN008190) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 59 -- ELECTRONIC EQUIPMENT COMPONENTS POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-97-M-A482 AMT $48,336 LINE 0001-0002 DTD 111196 TO DNE TECHNOLOGIES, INC., 50 BARNES PARK NORTH, WALLINGFORD, CT 06492-9990(L) CITE: (I-338 SN008442) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 60--INSTALLATION KIT, FI SOL SP0970-96-Q-A225 CNT SP0970-97-M-1303 AMT $52,125.00 LINE 0001 THROUGH 0002 DTD 120396 TO Energy electric cable Inc 3375 Addison Dr Pensacola FL 32514-7065 CITE: (I-338 SN008176) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--WIRING HARNESS, BRAN SOL SP0451-95-Q-VP21 CNT SP0451-97-M-C366 AMT $37,555.07 LINE 0001 DTD 112796 TO Atlas-Aero Corp 85 Tremont St P.O.Box 887 Meriden CT 06450-0887 CITE: (I-337 SN007764) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, DIRECT CURRENT SOL SP0430-96-Q-B598 CNT SP0430-97-M-P290 AMT $36,708.00 LINE 0001 DTD 112796 TO Gec-Marconi Electronic Systems Corp ES Marine Div 550 S Fulton Ave Mount Vernon NY 10550-5010 CITE: (I-337 SN007765) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--SWITCHING UNIT, POWER SOL SP0430-96-Q-BQ42 CNT SP0430-97-M-P314 AMT $34,320.00 LINE 0001 DTD 112796 TO Automatic Switch Co 5060 Hanover Rd Florham Park NJ 07932-1503 CITE: (I-337 SN007768) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, ALTERNATING CURRENT SOL SP0430-97-R-0087 CNT SP0430-97-C-5099 AMT $399,360.00 LINE 0001 THROUGH 0002 DTD 112796 TO Jo-kell Inc. 1011 W. 25TH St. Norfolk VA 23517 CITE: (I-337 SN007786) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--ALTERNATOR, AUTOMOTIVE CNT SP0430-97-M-P274 AMT $38,254.64 LINE 0001 DTD 112796 TO Prestolite Electric Inc 2100 Commonwealth Blvd Suite 300 Ann Arbor MI 48105 CITE: (I-337 SN007794) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--DISTRIBUTION BOX SOL SP0430-96-Q-B384 CNT SP0430-97-M-P307 AMT $32,763.60 LINE 0001 DTD 112796 TO Nicks hydraulics Inc 428 woodbine-oceanview Rd P.O.Box 157 ocean view NJ 08230-0157 CITE: (I-337 SN007795) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--ROTOR, GENERATOR SOL SP0430-96-R-2437 CNT SP0430-97-C-5089 AMT $148,291.00 LINE 0001AA THROUGH 0001A DTD 112996 TO Leland Electrosystems Inc 740 E National Rd Vandalia OH 45377-3062 CITE: (I-338 SN007994) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--PARTS KIT, ELECTRIC SOL SP0430-96-Q-BR90 CNT SP0430-97-M-P302 AMT $28,078.00 LINE 0001 THROUGH 0003 DTD 120296 TO Applied Magnetics Inc 103 Rome St Farmingdale NY 11735 CITE: (I-338 SN007997) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-96-Q-BS03 CNT SP0430-97-M-R422 AMT $30,000.00 LINE 0001 DTD 112996 TO Behlman Electronics Inc Military Div 80 Cabot CT Hauppauge NY 11788 CITE: (I-338 SN007999) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-96-Q-V990 CNT SP0451-97-M-C436 AMT $73,255.92 LINE 0001AA THROUGH 0001A DTD 112996 TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015 CITE: (I-338 SN008003) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-96-Q-VJ14 CNT F04606-96-G-0017-TY13 AMT $25,024.02 LINE 0001 DTD 112996 TO Hughes Technical Services Co 1665 Hughes Way P.O.Box 9399 Long Beach CA 90810-0466 CITE: (I-338 SN008042) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-96-Q-B979 CNT SP0430-97-M-R416 AMT $58,325.96 LINE 0001 DTD 112996 TO Photronics Corp 270 motor pky Hauppauge NY 11788 CITE: (I-338 SN008045) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 61 -- TERMINAL BOX, SHORE POWER POC J. Pavlicek CNT N00406-97-M-C518 AMT $84,040 LINE N/A DTD 112696 TO tabet mfg co inc p o box 2893 norfolk va 23501 CITE: (I-338 SN008100) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--HOLDER SUB ASSEMBLY CNT SP0441-97-M-V401 AMT $33,400.00 LINE 0002 DTD 120296 TO G E C Avionics LTD airport works maidstone Road Rochester Kent ME1 2XX UK CITE: (I-338 SN008009) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--BALLAST, LAMP SOL SP0441-96-Q-GK83 CNT SP0441-97-M-T439 AMT $79,000.00 LINE 0001 DTD 120296 TO Bruce Industries, Inc. P.O. Box 1700 101 Evans Ave. Dayton, Nevada 89403 CITE: (I-338 SN008012) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--FLASHLIGHT SOL SP0441-96-Q-KE31 CNT SP0441-97-M-T434 AMT $38,310.00 LINE 0001 DTD 112896 TO Mini-lanturn sales 910-B N ist Ave arcadia CA 91006-2546 CITE: (I-338 SN008013) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--PARTS KIT, X-RAY APPARATUS DENTAL CNT SP0200-97-C-8003 AMT $68,719.90 LINE 0001AA THROUGH 0001A DTD 112796 TO Dynarad Corp 19 jefryn Blvd W Deer Park NY 11729-5715 CITE: (I-337 SN007812) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--ALUMINUM ACETATE SOLUTION TABLETS, CNT SP0200-97-M-AA03 AMT $32,340.00 LINE 0001AA THROUGH 0001A DTD 120296 TO Bayer Corp bayer pharmaceuticals Div 400 Morgan Ln West Haven CT 06516-4134 CITE: (I-338 SN007884) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs, Stratton VA Medical Center, 113 Holland Avenue, Albany, N.Y. 12208-3410 SUBJECT: 65 -- RENTAL OF BEDS & RELATED EQUIPMENT FOR VA BENEFICIARIES POC Contracting Officer: Richard Barton, (518)462-3311, Ext 2614 CNT V500P-4223 AMT $104,736 LINE N/A DTD 120396 TO American HomePatient, 7 Walker Way, Albany, NY 12205 CITE: (I-338 SN008482) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, PRESSUR SOL SP0440-97-Q-T025 CNT SP0440-97-M-X422 AMT $55,675.00 LINE 0001 DTD 112796 TO Vernitron corporation precision potentiometer Division 2801 72ND St N St Petersburg FL 33710 CITE: (I-337 SN007769) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--CELL, CONDUCTIVITY SET SOL 96TG13-82-P-0400 CNT SP0440-97-M-X397 AMT $53,424.00 LINE 0001 DTD 112796 TO Aparamus L L C 10 kice Rd Wharton NJ 07885 CITE: (I-337 SN007771) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--SHAFT AND BEARING SOL SP0440-96-Q-JU24 CNT SP0440-97-M-Z264 AMT $98,580.00 LINE 0001 DTD 112796 TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury CT 06810-7505 CITE: (I-337 SN007773) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--FRAME, ASSEMBLY, GIMBAL SOL SP0440-96-Q-JY82 CNT SP0440-97-M-Z319 AMT $55,211.00 LINE 0001 DTD 112796 TO Orion Intl Inc 7324 Industry Dr North Charleston SC 29418 CITE: (I-337 SN007787) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66 -- BASE SHOP TEST FACILITY (BSTF) POC Contact Debra Long, Contract Specialist, (205) 876-3037, Bob Gibson, Contracting Officer, (205) 876-4153. (PCF). CNT DAAH01-96-D-0019, Order 0004 AMT $17,013,546.00 LINE N/A DTD 112196 TO Grumman Aerospace Corp., Electronics and Systems Integration Division, Sunrise Hwy, Great River, New York 11739 CITE: (I-337 SN007877) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--CABLE ASSY, SPECIAL SOL SP0440-96-R-1260 CNT SP0440-97-C-5095 AMT $147,152.00 LINE 0001 THROUGH 0002 DTD 112796 TO Harco laboratories Inc 186 Cedar St branford CT 06405-2624 CITE: (I-338 SN007986) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TORQUE WINDING ASSY SOL SP0440-96-Q-JN63 CNT F09603-95-G-0002-TY81 AMT $27,772.80 LINE 0001 DTD 112996 TO Smiths Industries Aerospace and Defense Systems Inc. Grand Rapids Div 4141 Eastern Ave SE Grand Rapids MI 49518-8727 CITE: (I-338 SN007991) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--INDICATOR, RATE OF FLOW SOL SP0440-96-R-2656 CNT SP0440-97-C-0133 AMT $68,150.00 LINE 0001 DTD 112996 TO Icon Management Systems LLC 14761 Pearl Rd no 271 Strongsville OH 44136-5000 CITE: (I-338 SN008005) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, LIQUID SOL SP0440-96-R-2631 CNT N00383-96-G-005D-TY25 AMT $60,016.00 LINE 0001 DTD 112996 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-338 SN008006) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, TEMPERA SOL SP0440-96-R-2483 CNT F04606-96-G-0011-TY05 AMT $54,796.09 LINE 0001 DTD 112996 TO McDonnell Douglas Corp Douglas aircraft Co 2401 E Wardlow Rd Long Beach CA 90807-4418 CITE: (I-338 SN008046) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, FAILURE SOL SP0440-96-Q-JZ89 CNT SP0440-97-M-Z287 AMT $52,942.50 LINE 0001AA THROUGH 0002 DTD 112996 TO Thermal electronics, Inc. 403 minthorn St. P. O. Box 5000 Lake elsinore, CA 92531-5000 CITE: (I-338 SN008055) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 66 -- WASTE CIRIE MONTOR POC M. Renville CNT N00406-97-C-4013 AMT $118,520 LINE N/A DTD 112796 TO national nuclear corp 1275 hammerwood ave sunnyvale ca 94089 CITE: (I-338 SN008101) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--TELEPHONE SET CNT SP0920-97-M-1135 AMT $31,678.00 LINE 0001 THROUGH 0002 DTD 112996 TO Graybar electric Co Inc 1200 kinnear Rd P O Box 2099 Columbus OH 43216 CITE: (I-338 SN008135) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--TEST SET, INSULATION SOL SP0920-96-Q-A214 CNT SP0920-97-M-1122 AMT $25,120.00 LINE 0001 DTD 112996 TO Hipotronics Inc Route 22 P O drawer a Brewster NY 10509 CITE: (I-338 SN008145) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--SYNCHRONIZER, ELECTRICAL SOL SP0900-96-T-V748 CNT SP0960-97-M-1198 AMT $40,500.00 LINE 0001 THROUGH 0002 DTD 112996 TO Circle Prime Mfg Inc 2114 Front St P.O.Box 112 Cuyahoga Falls OH 44221 CITE: (I-338 SN008154) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--MULTIMETER SOL SP0920-96-Q-A203 CNT SP0920-97-M-1117 AMT $32,795.50 LINE 0001 THROUGH 0002 DTD 112996 TO Kass electronics distributors Inc 2502 Township line Rd Drexel Hill PA 19026 CITE: (I-338 SN008172) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 SUBJECT: 66--CARL ZEISS INTRACELLULAR ELECTROPHYSIOLOGIC CLINICAL MONTORING WORKSTATION WITH COMPONENTS POC Contracting Officer Nancy G. Villarreal (210) 221-9365 (Site Code DADA10) CNT DADA10-97-C-0008 AMT $259,085 DTD 112696 TO CARL ZEISS INC, MICROSCOPE DIV, 1 ZEISS DRIVE, THORNWOOD, NY 10594 CITE: (I-338 SN008226) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 66 -- INSTRUMENT EQUIPMENT POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-97-M-A967 AMT $29,731 LINE 0001-0003 DTD 112596 TO DILLON/QUALITY PLUS, INC., 3201 CORTE MALPASO, UNIT 311, CAMARILLO, CA 93012-8719(S) CITE: (I-338 SN008438) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--TRICHLOROMONOFLUOROMETHANE, RECLAIMED, R-11 SOL SP0450-96-Q-NC65 CNT SP0450-97-M-K322 AMT $37,000.00 LINE 0001 DTD 112796 TO National refrigerants Inc 11401 Roosevelt Blvd Philadelphia PA 19154 CITE: (I-337 SN007767) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--SODIUM BICARBONATE, TECHNICAL SOL SP0450-95-R-1209 CNT SP0450-97-D-4001 AMT $179,228.00 LINE 0001AA THROUGH 0001A DTD 120296 TO 469 N Harrison St CN5297 Princeton NJ 08540 CITE: (I-337 SN007775) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--CALIBRATING FLUID, AIRCRAFT FUEL SYSTEM COMPONENTS SOL SP0450-96-R-0158 CNT SP0450-97-D-4015 AMT $121,027.50 LINE 0001 THROUGH 0002 DTD 120196 TO Solvents and chemicals 4704 shank Rd P O Box 490 pearland TX 77588-0490 CITE: (I-337 SN007776) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--LITHIUM HYDROXIDE, TECHNICAL SOL SP0480-96-Q-W694 CNT SP0450-97-D-4019 AMT $506,890.00 LINE 0001 THROUGH 0002 DTD 120296 TO 125 corporate drive Holtsville NY 11742 CITE: (I-338 SN008017) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 69--SHOCK ABSORBER SOL SP0450-96-R-2382 CNT SP0450-97-C-0112 AMT $96,000.00 LINE 0001 DTD 113096 TO Number Inc DBA American precision products 1314 buford St P O Box 3797 Huntsville AL 35810 CITE: (I-338 SN007995) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 70 -- COMPUTER SYSTEM POC M. Balahadia CNT N00406-97-M-C269 AMT $70,260 LINE N/A DTD 112596 TO federal data systems 129 pine gate dr greenwille sc 29607 CITE: (I-338 SN008102) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 72--FLATIRONS, FLATIRON (3 PRONG PLUG) & IRONING BOARD SOL 7FXI-T6-96-7220-S POC Helen Carter 817 978-3517 CNT GS07F90690 AMT $163,306.20 DTD 112196 TO Sigma Tech enterprises, Inc. 90 glen way #16 Belmont, CA 94002 CITE: (I-338 SN007969) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: 319 CONS/LGC, 575 6th Ave., Bldg. 418, Grand Forks AFB, ND 58205-6436 SUBJECT: 75--HOT WATER PRESSURE WASHERS (5 EA) POC Mr. Don Miller, (701) 747-5284/Contracting Officer Mr. Graham Pritchett (701) 747-5273 CNT F3260597P0079 AMT $62,500.00 LINE 0001 thru 0005 DTD 111496 TO CLEAN UP AMERICA, 948 Wynn Gate Dr., Chesapeake, VA 23320 CITE: (M-338 SN008320) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 79--Cleaning Equipment and Supplies OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR) SOL 7FXI-K3-96-7926-S POC Tracie Crowder 817 978-8659 CNT GS07F90870 AMT $494,650.00 DTD 112696 TO Miracle marketing Corp. P.O. Box 520125 Salt Lake City, UT 84152 CITE: (I-338 SN007970) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 79--Cleaning Equipment and Supplies OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR) SOL 7FXI-K3-96-7926-S POC Tracie Crowder 817 978-8659 CNT GS07F90850 AMT $107,914.24 DTD 112396 TO Thoro-matic, Inc. 7016 W. 60TH St. Chicago, IL 60638 CITE: (I-338 SN007971) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 79--Cleaning Equipment and Supplies OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR) SOL 7FXI-K3-96-7926-S POC Tracie Crowder 817 978-8659 CNT GS07F90830 AMT $1,383,470.25 DTD 112296 TO Spectrowax Corp. 70 hichborn St. Boston, MA 02135 CITE: (I-338 SN007972) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 79--Cleaning Equipment and Supplies OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR) SOL 7FXI-K3-96-7926-S POC Tracie Crowder 817 978-8659 CNT GS07F90810 AMT $73,867.20 DTD 112196 TO Mastercraft Ind. 777 South St., P.O. Box 2310 Newburgh, NY 12550 CITE: (I-338 SN007973) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 81--CYLINDER, COMPRESSED GAS SOL SP0450-96-R-3203 CNT SP0450-97-C-0122 AMT $87,540.00 LINE 0001 THROUGH 0002 DTD 120296 TO Manchester tank elkhart Div 29389 Lexington Park Dr elkhart IN 46515 CITE: (I-338 SN007998) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 81--CYLINDER, COMPRESSED GAS, CARBON DIOXIDE SOL SP0450-96-R-1590 CNT SP0450-97-C-5083 AMT $138,330.00 LINE 0001AA THROUGH 0002A DTD 112996 TO Mitchell B L Inc 1774 E azalea Dr Greenville MS 38701 CITE: (I-338 SN008011) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 81--BOXES POC Contracting Officer, CALABRO, ALICE, 202/508-3954 CNT 1PI-C-2853-97 AMT $15,645 DTD 112796 TO PONDEROSA PACKAGING CORP, P.O. BOX 856, 1175 WALT WHITMAN (SUITE 202), MELVILLE, NY 11747 CITE: (I-338 SN008227) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 81--BOXES POC Contracting Officer, CALABRO, ALICE, 202/508-3954 CNT 1PI-C-2855-97 AMT $25,950 DTD 112796 TO Downey, 12650 C Lake Ridge Drive, Lake Ridge Executive Park, Lake Ridge, VA 22192 CITE: (I-338 SN008228) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--CLOTH, SERGE, POLYESTER/WOOL, TYPE III, CLASS 3, CNT SP0100-97-C-0308 AMT $12,246,000.00 LINE 0001AA DTD 112996 TO Burlington menswear Div of Burlington Industries Inc 1345 Ave of the americas New York NY 10105-0001 CITE: (I-338 SN007974) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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--SHELL, COMBAT VEHICLE CREWMAN, HELMET SOL SP0100-95-R-0328 CNT SP0100-97-C-5051 AMT $6,243,648.00 LINE 0001AA THROUGH 0001B DTD 112796 TO Moxon electronics 8334 clairemont Mesa Blvd Suite 108 San Diego CA 92111-1319 CITE: (I-338 SN007965) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: U.S. Department of Agriculture/FSA/MSD/Acquisition Management Branch, Stop 0567, Washington, DC 20250 SUBJECT: 87--ARCHITECT AND ENGINEERING SERVICES POC Martha A. Vines, (202) 690-4030. CNT 53-3151-6-00013 AMT $1,500.00 DTD 112696 TO Woodward-Clyde Federal Services-0 CITE: (M-338 SN008459) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Department of Veterans Affairs, Stratton VA Medical Center, 113 Holland Avenue, Albany, N.Y. 12208-3410 SUBJECT: 89 -- EGG REQUIREMENT POC Contracting Officer: Michael C. Brennan, (518)462-3311, Ext 2613 CNT V500P-4227 AMT $1,500 LINE N/A DTD 120296 TO PINE LANE POULTRY FARM P.O. BOX 720 HILLSDALE, N.Y. 12529 CITE: (I-338 SN008130) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 91--HYDRAULIC FLUID, FIRE RESISTANT SOL SP0451-96-Q-UE87 CNT SP0450-97-M-M318 AMT $68,785.20 LINE 0001 DTD 112796 TO Royal Lubricants Co Inc Merry Ln P.O.Box 518 East Hanover NJ 07936 CITE: (I-337 SN007797) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--PLASTIC STRIP SOL SP0440-96-Q-JT80 CNT N00383-96-G-003D-TY20 AMT $37,931.40 LINE 0001AA THROUGH 0001A DTD 112796 TO Northrop Grumman Corp Military Aircraft Systems Div El Segundo site 1 Hornet Way El Segundo CA 90245-2804 CITE: (I-337 SN007798) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 93 -- PLASTICE SHEET PVC BLUE POC R. Protacio CNT N00406-97-M-C033 AMT $70,450 LINE N/A DTD 112696 TO lancs industires inc 12704 ne 124th st kirkland wa 98034-8397 CITE: (I-338 SN008103) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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-2873-97 AMT $64,809 DTD 120296 TO Nationwide Papers, 2331 Gravel Drive, Fort Worth, TX 76118 CITE: (I-338 SN008232) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 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-2874-97 AMT $709,433 DTD 120296 TO Frank Parsons Paper Company, 2270 Beaver Road, Landover, MD 20785 CITE: (I-338 SN008233) [Commerce Business Daily: Posted December 2, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--METAL SHEET SOL 96THT6-52-P-0500 CNT SP0500-97-M-F979 AMT $55,900.00 LINE 0001 THROUGH 0002 DTD 112896 TO Hurlen Corp 12831 Marquardt Ave Santa Fe Springs CA 90670-4827 CITE: (I-337 SN007834) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Facilities Service Office, U.S. Postal; Service, 7800 N. Stemmons Frwy, Suite 400, Dallas, TX 75247-4217 SUBJECT: 99-AWARD OF CONTRACT TO CONSTRUCT AND LEASE A NEW FACILITY FOR HAWKINS, TX 75765-9998 CNT 482980-97-A-0004 AMT $39,480.00 DTD 111596 TO George and Cheryl Burnham, P.O. Box 71, Delaware, AR 72835-0071 CITE: (M-338 SN008319) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: SPECIAL NOTICES SUBJECT: MICROGRAVITY TECHNOLOGY WORKSHOP DESC: NASA, Marshall Space Flight Center is preparing to conduct a workshop to assess technologies planned for use aboard the International Space Station and explore where new technologies may be developed and/or incorporated. Under review will be the microgravity research facilities and experiments. NASA is seeking participation from other government agencies, universities, the private sector, and non-traditional sources. The dates of the workshop are January 14-16, 1997 and the location is Wheeling, West Virginia. Details about the workshop are found on the internet home page http://ugtech.msfc.nasa.gov. If you have any questions about the workshop or your potential participation, contact the coordinator, Steve Robbins at (205) 544-2635. LINK http://ugtech.msfc.nasa.gov LINKDESC: EMAIL steve.robbins@msfc.nasa.gov EMAILDESC: CITE: (W-338 SN008362) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: SPECIAL NOTICES SUBJECT: NASA ACQUISITIONS AVAILABLE OVER THE INTERNET DESC: NASA is now posting all competitive acquisitions over $25,000 for online retrieval over the Internet. NASA's World-Wide Web service is called the NASA Acquisition Internet Service (NAIS). Posted in electronic format on the NAIS are synopses of new acquisitions, which are in the same format as those in the Commerce Business Daily, and the solicitation files, available immediately upon release. Other current procurement information can be retrieved from the NAIS, including acquisition forecasts, active contract data, small business assistance, the NASA FAR Supplement, and links to other federal procurement sites on the Internet. NASA has been granted a waiver from synopsizing acquisitions valued at $500,000 and below in the Commerce Business Daily; the synopses and solicitations of those acquisitions can be retrieved only from the Internet. All other synopses continue to be posted in the Commerce Business Daily in addition to the Internet. The NAIS Uniform Resource Locator (URL), or "Internet address" is "http://procurement.nasa.gov/" (do not include the quotation marks). For more information contact Rick Glover (205-544-0288, rick.glover@msfc.nasa.gov), Michael Lalla (505-524-5162, mlalla@SMTP2.wstf.NASA.gov), or Jim Bradford (205- 544-0306, jim.bradford@msfc.nasa.gov), NASA/MSFC Procurement Office, GP10, Huntsville, AL 35812 LINK http://procurement.nasa.gov/ LINKDESC: EMAIL rick.glover@msfc.nasa.gov EMAILDESC: CITE: (W-338 SN008488) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: SPECIAL NOTICES SUBJECT: SDB/MBE/WOB OPPORTUNITY FAIR, MONDAY,DECEMBER 16,1996 DESC: Sverdrup, a national engineering and construction company, is pleased to sponsor (Contacts-to-Contracts) a SDB/MBE/WOB Business Opportunity Fair on Monday, December 16, 1996. Registration 12:30P-1:30P. Contract Information 1:30P-4:30P. Business Networking 4:30P-6:30P, at The Galt House Hotel, 140 North Fourth Street, Louisville, Kentucky. Learn about upcoming contract opportunities and how to do business with Sverdrup, the Corps of Engineers and the Small Business Administration. Reserve space by December 10, 1996 by calling 1-800-325-7910 extension 4614. LINKURL: http://www.mno.gov LINKDESC: EMAILADD: mcclodms@sverdrup.com EMAILDESC: CITE: (D-338 SN008489) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 5, 1996] PART: SPECIAL NOTICES SUBJECT: FEDERAL ACQUISITION JUMPSTATION A DOORWAY TO FEDERAL PROCUREMENTS ON THE INTERNET DESC: The Federal Acquisition Jumpstation, a site on the Internet provides over 75 hotlinks to federal contracting activities and other sources of federal procurement information throughout the United States. In light of the numerous Internet sites serving procurement data and the expected growth in the number of participating agencies, NASA in cooperation with the Office of Federal Procurement Policy and the Federal Aviation Administration, established the Internet jumpstation as a doorway for the business community to quickly locate all sources of federal procurement information. New links routinely added as additional federal procurement sites appear on the Internet. The jumpstation is a World-Wide Web site, which can be accessed using an Internet browser. The Uniform Resource Locator (URL), or "Internet address" is "http://procure.msfc.nasa.gov/fedproc/home.html" (do not include the quotation marks). For more information contact Rick Glover (205-544-0288, rick glover@msfc.nasa.gov), Michael Lalla (505-524-5162, mlalla@SMTP2.wstf.NASA.gov), or Jim Bradford (205-544-0306, jim.bradford@msfc.nasa.gov), NASA/MSFC Procurement Office, GP10, Huntsville, AL 35812 LINK http://procure.msfc.nasa.gov/fedproc/home.html LINKDESC: EMAIL jbradfor@hq.nasa.gov EMAILDESC: CITE: (W-338 SN008491) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: SPECIAL NOTICES OFFADD: National Institute of Standards & Technology, Computer Systems Lab'y., Bldg. 225/Rm. B217, Gaithersburg, MD 20899; Attn: Tim Boland, Transmittal No.: 136 SUBJECT: SPECIAL NOTICE SOL Q-FICPSR DUE 010397 POC Tim Boland (301) 975-3608 DESC: The Joint Federal/DoD Logistics Functional Working group is developing standard implementation conventions to be used by the Federal Government in transmitting electronic data using ANSI X12 Version 3060. Federal Implementation Conventions for ASC X12 transaction set 830 Planning Schedule with Release Capability is available for public comment. This document is available in electronic format from the World Wide Web (WWW) at http://snad.ncsl.nist.gov/fededi and from anonymous FTP at snad.ncsl.nist.gov/pub/fededi/LFWG. The FTP login is anonymous and your E-Mail address should be entered as the password. Electronic comments are preferred and should be addressed to LOGFWG@ITSI.DISA.MIL and t.boland@nist.gov. The public comment period closes January 3, 1997 (or 30 days from the date of publishing) Contact Tim Boland, EDI Standards Management Program, Attn: Joint Federal/DoD Logistics Functional Working group Computer Systems Laboratory, National Institute of Standards and Technology, Technology Bldg, Room B217, Gaithersburg, MD 20899, Tel: (301) 975-3608. LINKURL: http://snad.ncsl.nist.gov/fededi LINKDESC: CITE: (I-338 SN008499) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 5, 1996] PART: SPECIAL NOTICES OFFADD: National Institute of Standards & Technology, Computer Systems Lab'y., Bldg. 225/Rm. B217, Gaithersburg, MD 20899; Attn: Tim Boland, Transmittal No.: 136 SUBJECT: SPECIAL NOTICE SOL Q-FICPSR DUE 010397 POC Tim Boland (301) 975-3608 DESC: The Joint Federal/DoD Logistics Functional Working group is developing standard implementation conventions to be used by the Federal Government in transmitting electronic data using ANSI X12 Version 3060. Federal Implementation Conventions for ASC X12 transaction set 830 Planning Schedule with Release Capability is available for public comment. This document is available in electronic format from the World Wide Web (WWW) at http://snad.ncsl.nist.gov/fededi and from anonymous FTP at snad.ncsl.nist.gov/pub/fededi/LFWG. The FTP login is anonymous and your E-Mail address should be entered as the password. Electronic comments are preferred and should be addressed to LOGFWG@ITSI.DISA.MIL and t.boland@nist.gov. The public comment period closes January 3, 1997 (or 30 days from the date of publishing) Contact Tim Boland, EDI Standards Management Program, Attn: Joint Federal/DoD Logistics Functional Working group Computer Systems Laboratory, National Institute of Standards and Technology, Technology Bldg, Room B217, Gaithersburg, MD 20899, Tel: (301) 975-3608. LINKURL: http://snad.ncsl.nist.gov/fededi LINKDESC: CITE: (I-338 SN008507)