[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: A--ENVIRONMENTAL RISK ASSESSMENT FOR THREE SELECTIVE INDUSTRIES SOL CC0004 DUE 010397 POC Melissa Revely-Brown, 202-260-1225 DESC: The EPA is issuing a request for proposal for services to which the Government intends to award a firm fixed price contract using the Simplified Acquisition Procedures of FAR Par 13. The EPA is FACNET certified. Any contractor/vendor able to meet requirements must demonstrate in writing by closing date. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Interested person may identify their interest and capability to respond to the requirement or submit proposals. This notice is intended for competitive proposals. All proposals received within 15 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirement at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained. Title: Environmental Risk Assessments for Three Selected Industries Background: EPA's Office of Science and Technology regulates the discharge of Toxic Pollutants (e.g. heavy metals, organics) by establishing effluent guidelines. These guidelines are developed using Best Available Technology (BAT) and include (1) an assessment of treatment technologies; (2) an assessment of the economics to install and operate the technology; and (3) an assessment of the environmental improvement anticipated after the implementation of the guidelines. Increased attention and emphasis is being given to the environmental impact of BAT guidelines. This impact includes the potential reduction in pollutant loadings. However, it also looks at the more specific changes in water quality that may occur along selected stream reaches, including chemical and biological changes. EPA is responsible for understanding these anticipated changes in water and the effects of water quality on stream ecology that may result from the implementation of BAT guidelines. An evaluation of the potential changes and the resulting benefits is performed on an industry-wide basis. The technical depth of each such evaluation (benefits analysis) will vary according to a number of factors. These factors include the availability and quality of data, specific industrial characteristics such as size and locations, the regulatory strategy, and the estimated cost to implement the regulations. These evaluations are compiled in an environmental risk assessment. Services Required: Environmental risk assessments shall be completed for the following three industries: (1) landfills, (2) incinerators, and (3) transportation equipment cleaning. Each of these environmental risk assessments shall include the following five elements: (1) documented environmental problems; (2) an industry profile that identifies facility locations, receiving streams and POTWs, that quantifies pollutant releases to the environment, and that includes industrial risk-based rankings; (3) a categorized list of released pollutants based on physical-chemical/fate properties and toxicity, and toxic weighting factors for both water and air exposures; (4) projected potential aquatic life and human impacts using localized, simplified stream dilution modeling and reach-specific data such as ambient levels and other pollutant sources including air emissions, sludge disposal modeling, and other modeling as appropriate; and (5) a benefits and risk analysis of the regulation by assessing fate, exposure, human health concerns, and ecological concerns. Landfills: Drafts of the five elements described above have been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand elements as directed in these comments. Incinerators: Drafts of the industry profile (element 2) and the categorization of the released pollutants (element 3) have been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand them as directed by these comments. The contractor shall draft the remaining elements listed above (elements 1, 4, and 5) using any provided by the Project Officer upon award of this contract. Transportation Equipment Cleaning: A draft of the categorization of the released pollutants (element 3) has been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand it as directed by these comments. The contractor shall draft the remaining elements listed above (elements 1, 2, 4, and 5) using guidance provided by the Project Officer upon award of this contract. Sources of information include but are not limited to: 308-Questionnaire data EPA studies and reports EPA development documents and background decision documents National Water Quality Inventory U.S. Census File National Study of Fishing, Hunting, and Wildlife Associated Recreation (USFW) Computer software programs, models, and databases to facilitate this work include: STORET Water Quality File Industrial Facilities Discharge File (IFD) GAGE File DFLOW program Toxics Data Base (TDB) Drinking Water Supply Files DIALOG and EPA's National On-Line Library System Aerometric Information Retrieval System (AIRS) Toxic Release Inventory (TRI) Permit Compliance System (PCS) REACHSCAN Stream Dilution Water Quality Model POTW/Sludge Model OST-HECD Sludge Exposure Models MMSOILS Model TRIAIR and TRIWATER models in the Graphical Exposure Modeling System (GEMS) Deliverables: The preliminary summary tables for the Landfills industry are due to the Project Officer by February 7, 1997. The preliminary assessment along with the final summary tables are due to the Project Officer by March 31, 1997. The final draft assessment is due to the Project Officer by September 1, 1997. A copy of each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The preliminary summary tables for the Incinerators industry are due to the Project Officer by February 14, 1997. The preliminary assessment and the final summary tables are due to the Project Officer by April 7, 1997. The final draft assessment is due to the Project Officer by September 8, 1997. A copy of the each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The preliminary summary tables for the Transportation Equipment Cleaning industry are due to the Project Officer by February 21, 1997. The preliminary assessment and the final summary tables are due to the Project Officer by April 14, 1997. The final draft assessment is due to the Project Officer by September 15, 1997. A copy of each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The contractor shall maintain a file of all documentation, including raw data, calculations, assumptions, telephone contacts, and sources of information used. Confidential data shall be maintained in accordance with Office of Water CBI provisions. Contractor shall return all files to the Project Officer on completion of contract. Period of Performance: Through September 30, 1997 SEND ALL PROPOSALS TO: US. EPA 401 M STREET, SW MAIL CODE 3803-F WASHINGTON, DC. 20460 ATTN: MELISSA REVELY-BROWN HANDCARRY TO: US. EPA 499 SOUTH CAPITOL STREET, SW MAIL CODE 3803-F WASHINGTON, DC. 20460 ATTN: MELISSA REVELY-BROWN LINK HTTP://WWW.EPA.GOV/OAMHPOD1/ LINKDESC: EMAIL REVELY-BROWN.MELISSA@EPAMAIL.GOV EMAILDESC: E-MAIL CITE: (W-347 SN011193) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--DEFENSE PRODUCTION ACT (DPA) INDIUM PHOSPHIDE WAFERS (INP) SOL BAA-97-01-MTPD POC Mary Jones, Contract Negotiator, WL/MTPD, (937) 255-4427; Willa Eichelman, WL/MTPD, (937)-255-9665 DESC: A. INTRODUCTION: As Executive Agent for the Defense Production Act (DPA) Title III Program, the Air Force is soliciting proposals for the creation of a long term, financially-viable domestic semi-insulating indium phosphide (SI InP) wafer production capability. Proposals in response to this BAA shall be submitted by 8 Jan 97, 1500 hours Eastern Time, addressed to WL/MTPD, Building 22B, 2700 D Street, Suite 2, Wright-Patterson Air Force Base OH 45433-7405, Attention: Ms Willa Eichelman, Procurement Contracting Officer. This is an unrestricted solicitation. Small businesses are encouraged to propose on this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may permit subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry" dated Nov 92. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact stated herein. The Guide is also available on the Internet, address: www.wl.wpafb.af.mil/contract. B-REQUIREMENTS: (1) Technical Description: The purpose of this effort is to establish a long term, viable production capability for producing consistent, high quality SI InP wafers. Specific program objectives to be addressed include: (a) Development and implementation of a credible, long term plan to achieve business viability, (b) Establishment of a production process capable of producing consistent, high quality 75mm SI InP wafers, (c) Development and implementation of a process improvement plan that addresses critical production process and quality issues such as boule/wafer uniformity and consistency, surface preparation, defect reduction and process yields, (d) Demonstration of at least a 50% reduction in the total wafer production cost from the established baseline, (e) Demonstration of a production capability of at least 50KSI/YR, (f) Establishment of industry partnerships for material evaluation and/or qualification, (g) Distribution of free wafers to Government, industry and universities for materials characterization and (h) Development of a 100mm production process roadmap. (2) Deliverable Items: The following deliverable items shall be proposed: (a) Status Report, DI-MGMT-80368/T, quarterly (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly, (c) Business Plan, DI-MISC-80711/T, (Draft and Final) (d) Presentation Material, DI-A-3024/T, as required, and (e) Project Final Report, DI-MISC-80711/T, (Draft and Final). (3) Security Requirements: The work performed as a result of this Broad Agency Announcement (BAA) will be unclassified. Data generated by the resulting contract(s) may be subject to export control and/or subject to International Traffic in Arms Regulations. United States organizations are asked to contact the contracting officer immediately if they anticipate employment of foreign nationals on this program. C-ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: Technical effort is estimated to last approximately 30 months. The contract shall also provide for additional 4 months for processing/completion of the final report. (2) Expected Award Date: May 97. (3) Government Funding Estimate: The Government anticipates up to two contract awards with total Government funding not to exceed $4M. (4) Type of Contract: Cost Sharing. A total program cost share ratio of at least 1:1 of Government funding is desired. Past capital investments will not be considered towards cost sharing. (5) Domestic Source: The production capability established for SI InP, a "critical technology item", must be provided by a domestic source. The DPA defines "domestic source" as: "a business concern (a) that performs in the U.S. or Canada substantially all of the research and development, engineering, manufacturing, and production activities required of such business concern under contract with the U.S. relating to a critical component or a critical technology item, and (b) that procures from business concerns described in (a) substantially all of any components and assemblies required under contract with the U.S. relating to a critical component or critical technology item." (6) Government Furnished Property: None contemplated. (7) Size Status: For the purpose of this acquisition, the size standard is 750 employees (SIC 3699). (8) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D-PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above BAA number. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Government. (2) Cost Proposal: The cost proposal shall be prepared in accordance with FAR 15.804-6 and shall include a Standard Form 1411, Contract Pricing Proposal Cover Sheet, with all supporting data, in order to allow for a complete review by the Government. The cost proposal shall include all supporting information including breakdown of labor hours by category, materials, travel, computer, subcontracting, and other direct and indirect costs. An analysis of each major subcontractor must be performed by the offeror in accordance with FAR 15.806-1 and included in the cost proposal. Details of the cost sharing to be undertaken by the offeror should be included in the cost proposal. A total of 5 hard copies shall be provided along with a digital copy that is Microsoft Excel capatible. (3) Technical Proposal: The technical proposal shall address how the offeror proposes to meet the stated requirements including submission of a concise business plan summary. Additional information on prior work in this area, descriptions of available equipment, data, facilities and resumes of personnel who will be participating in this effort shall also be included in the technical proposal. The technical proposal shall also include: (a) Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation, (b) Statement of Intention, if any, to use foreign nationals, (c) Break out of person hours for each task in the SOW and (d) Identification of all subcontractors and the level of effort proposed. Offerors should refer to the Wright Laboratory Guide to assist in SOW preparation. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement, with their proposal. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. A total of 15 copies are required. Offerors are notified that the SOW may be incorporated, or any part thereof, by reference, in any resulting award. The paragraph numbering used in the Technical Proposal for the technical approach discussion, the SOW tasks, and the Cost Proposal shall correlate. Travel is projected to include, but not limited to, semi-annual reviews at locations selected by the Government. (4) Page Limitations: Technical proposals shall not exceed 150 pages, double spaced, single-sided on 8.5" X 11" paper using 12 pitch or larger type. The page limitation includes all information, ie. Indexes, photographs, foldouts, and appendices. Pages in excess of this limitation will not be considered by the Government. There are no page limitations for the cost proposal. E-BASIS FOR AWARD: The selection of one or more sources for award will be based on a complete evaluation of offeror's proposals to determine the overall merit of each in response to this announcement. The proposals shall be evaluated based upon the following criteria which are listed in descending order of importance. (1) Business Viability: (a) The effectiveness and completeness of the proposal in demonstrating a clear understanding of the factors necessary to achieve an economically-viable production capability, (b) The extent to which the offeror possesses the business capability, experience, and willingness to become a competitive merchant supplier of InP substrates, and The extent to which the offeror's proposal communicates a credible strategy for overcoming existing barriers, both business and technical, to successfully address North American markets for InP wafers. (2) Technical Merit and Soundness of Approach: (a) Extent to which the offeror proposes a solid, constructive plan of technological achievement, (b) Extent to which the offeror's technical approach reflects a thorough understanding of the critical issues affecting the potential long term viability, and Extent to which the proposed solutions have the potential for making a significant impact to the InP user base. (3) Quality and Scope of Proposed Solutions: (a) Extent to which the proposed technical approach will lead to improved material quality, increased boule/wafer yield and reduced production costs, (b) Level of benefits to be derived through establishing partnerships with materials characterization firms, and Organization, clarity and thoroughness of the proposed SOW. (4) Offeror's Capability and Experience: (a) Extent to which the offeror possesses the capability and experience to complete the proposed work, (b) Degree to which the analyses, approaches, staffing methodology and planning considerations demonstrate that the offeror has identified and understood the Government requirements, and Degree to which the proposal shows a high probability of success. (5) Cost Realism: (a) Reasonableness, realism and completeness, (b) Amount and quality of cost share dollars proposed. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, any, all, part, or none of the proposals received. The Government reserves the right to award any resulting contract pursuant to the Research and Development Standard Contract format in DFARS 235.70. F-POINTS OF CONTACT: (1) The Contracting Point of Contact is Ms. Willa Eichelman, Wright Laboratory, Manufacturing Technology Directorate, Processing and Fabrication Division, Defense Production Act Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7405, (937) 255-9665. (2) The Technical Point of Contact is Mr. John Blevins, Wright Laboratory, Manufacturing Technology Directorate, Processing and Fabrication Division, Defense Production Act Branch, WL/MTPD, Wright-Patterson AFB OH 45433-7405, (937) 255-9665. (3) An Ombudsman has been appointed to hear concern from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer,, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. All potential offerors should use the established channels to voice concerns before resorting to use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the selection decision. Interested parties should direct all routine communication concerning this acquisition to the Contract Negotiator listed above. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. These serious concerns only may be directed to the Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K St, Suite 1, Wright-Patterson AFB, OH 45433-7642, (513)255-3855, E-Mail kugeldl@sy.wpafb.af.mil. CITE: (W-347 SN011219) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: A -- R&D SERVICES FOR NIGHT VISION AND ELECTRONIC SENSORS SOL DAAB07-97-R-H002 DUE 021097 POC Contact Gail Jablonski, AMSEL-ACCB-C-BS(JAB), 908/532-4351; Joseph P. Brady, Contracting Officer, 908/532-6765. DESC: This unrestricted solicitation is for a proposed Indefinite Delivery/Indefinite Quantity, Time-and-Materials with Award Fee contract to acquire high technology engineering services for the CECOM Research, Development and Engineering Center (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD). The proposed contract will be for a basic one (1) year period with a maximum of four (4) one (1) year option periods. The SIC code is 8711, $20M. The Government reserves the right to award one contract and to award without discussions. This procurement will enable the Government to fulfill its mission of exploring new technologies related to the research and development of Night Vision, Electro-Optical, Electronic Sensors, Countermine and Survivability systems. It pertains to the equipment, systems, facilities and operations under the responsibility of NVESD at both Fort Belvoir, Virginia and Fort Monmouth, New Jersey. Performance will be primarily either at the contractor's facilities or one of the sites listed above. The draft document will be available on the CECOM Command Wide Electronic Bulletin Board (EBB). Requests for User Id's and Passwords to access this Command's EBB should be submitted in writing to: CDR, USACECOM, ATTN: AMSEL-ACSB-A, Mr. Thomas Newman or Mrs. Anita McGhee, Ft. Monmouth, NJ 07703-5008. FAX: 908/532/6020, Commercial: 908/532-3820. The final solicitation package will be released only on the EBB and may be available on or about 10 January 1997. Interested parties should review the Executive Summary under this file on the CECOM EBB. See numbered note 26. CITE: (I-347 SN011231) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: A --INFORMATIONAL PURPOSES ONLY. DUE 123196 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Mark Pritchard/Ladca/[405]739-4343 DESC: FOR INFORMATION ONLY: The Government has encountered a problem in acquiring some bonded honeycomb assemblies since Boeing superseded liquid foaming adhesive BMS 8-30 with BMS 5-90. No replacement adhesive has been successfully demonstrated. ****Request any recommendation for solution to this problem be referred to Mark Pritchard OC-ALC/LADCA, Tinker AFB OK 73145-3020, Phone 405-739-4343, FAX 405-739-4446.**** For information only. The approximate issue/response date will be 25 NOV 96. The anticipated award date will be 20 DEC 96. Oral procedure will be used for this solicitation. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011287) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: A --TELEPHONE SERVICES SOL FUCSGT-63-24010 DUE 122396 POC For copy, contact the info office indicated., For additional information contact Dodson.K8e/Pkocc/[916]643-3797 DESC: Telephone Equipment/Services SOL# FO4699-97-Q0359, Due 12-30-96, contact Wayne Dobson, 916-643-3797 for RFP or fax request to 916-643-4157 This purchase request is for the following, no substituitions, user is requesting the following: 16ea, PN:89749, Noun: DTS ASI ; 2ea, PN:TIM8240NX, Noun: 8/24 VM/AA; 2ea, PN:VM-SYS08, Noun: Install Voice Mail 8 port. This is equipment for the TIE telephone key system to support 120 plus users. Device must be capable of recording several messages per key system extension. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 06 Jan 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011387) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Advanced Research Projects Agency (DARPA), Contracts Management Office (CMO), 3701 N. Fairfax Dr., Arlington VA 22203-1714 SUBJECT: A -- HIGHLY-CONTROLLED INFRARED DIELECTRIC EMISSIVITY (HIDE) SOL BAA 97-10 DUE 021097 POC E. Brown, DARPA/ETO, FAX: (703) 696-2206. DESC: PROGRAM OBJECTIVES AND DESCRIPTION: The Defense Advanced Research Projects Agency (DARPA) is soliciting research proposals in the area of Highly-Controlled Infrared Dielectric Emissivity. This solicitation is in response to the military need for new low-cost IR materials. Composite materials, such as photonic crystals, whose electromagnetic properties can be fully engineered and manufactured by low-cost techniques are of particular interest. The electromagnetic properties of interest are reflectivity, emissivity, and specularity, all of which are functions of incident angle and polarization. It is desirable that the material display high emissivity in specified spectral bands and low emissivity in others which are controlled entirely by design. This design capability could be called "emissivity engineering". Proposed research should investigate innovative approaches that enable rapid advances in this relatively new area. Specifically excluded is research that primarily results in evolutionary improvements to the existing state of practice. In addition, HIDE materials are of interest that can be extended to other advanced functions. Of interest are electronically-controlled emissivity, nonlinear-optic behavior, and birefringence, particularly as they enable new military (e.g., IR chameleons, optical limiters, etc.) and commercial applications. DARPA seeks innovative proposals in the following areas: (1) Optical Properties and (2) Fabrication Methods. Additional information on these technology areas is provided in the Areas of Interest section of the BAA 97-10 Proposer Information Pamphlet referenced below. PROGRAM SCOPE: Multiple awards are anticipated. Collaborative efforts/teaming and cost sharing are encouraged. The technical POCs for this effort is E. Brown, fax: (703) 696-2206, electronic mail: erbrown@darpa.mil. GENERAL INFORMATION: Proposers must obtain a pamphlet entitled "BAA 97-10, Highly-Controlled Infrared Dielectric Emissivity (HIDE), Proposer Information Pamphlet" which provides further information on areas of interest, the submission, evaluation, and funding processes, proposal formats, and other general information. This pamphlet may be obtained by fax, electronic mail, or mail request to the administrative contact address given below. Proposals not meeting the format described in the pamphlet may not be reviewed. An original and nine (9) copies of the full proposal to DARPA/ETO, 3701 North Fairfax Drive, Arlington, VA 22203-1714 (ATTN.: BAA 97-10) on or before 4:00 P.M., Monday, February 10, 1997, in order to be considered. This notice, in conjunction with the BAA 97-10 Proposer Information Pamphlet, constitutes the total BAA. No additional information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select for award all, some, or none of the proposals received. All responsible sources capable of satisfying the Government's needs may submit a proposal which shall be considered by DARPA. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals, however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research in Highly-Controlled Infrared Dielectric Emissivity. All administrative correspondence and questions on this solicitation, including requests for information on how to submit a full proposal to this BAA, should be directed to one of the administrative addresses below, e-mail or fax is preferred. DARPA intends to use electronic mail and fax for correspondence regarding BAA 97-10. Proposals may not be submitted by fax or e-mail, any so sent will be disregarded. DARPA encourages use of the World Wide Web (WWW) for retrieving the Proposal Information Pamphlet and any other related information that may subsequently be provided. EVALUATION CRITERIA: Evaluation of proposals will be accomplished through a technical review of each proposal using the following criteria, which are listed in descending order of relative importance: (l) overall scientific and technical merit, (2) potential contribution and relevance to the DARPA mission, (3) manufacturability and plans to accomplish technology transition, (4) offeror's capabilities, (5) novelty and ingenuity of technical approach, (6) offeror's related experience, and (7) cost realism. Note: cost realism will only be significant in proposals which have significantly under or over-estimated the cost to complete their effort. The administrative addresses for this BAA are: Fax: (703) 351-8616 (Addressed to: DARPA/ETO, BAA 97-10), Electronic Mail: BAA 97-10@darpa.mil, Mail: DARPA/ETO, ATTN: BAA 97-10, 3701 North Fairfax Drive, Arlington, VA 22203-1714. This announcement and the Proposer Information Pamphlet may be retrieved via the WWW at URL http://www.darpa.mil/ in the solicitations area. CITE: (I-347 SN011721) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Afdtc/pkzb, 205 West D Avenue, Suite 428, Eglin Afb, Fl 32542-6864 SUBJECT: A--TRI-SERVICE SIGNATURE MEASUREMENT AND DATA SYSTEM (TSMADS) SOL N/A POC Contact Lt Tim Scarborough, Contract Manager, (904) 882-8567 or Marilyn Koser, Contracting Officer at (904) 882-4141 DESC: The Central Test and Evaluation Investment Program (CTEIP) Office has established a Tri-Service program to develop a specific set of capabilities to measure certain target signatures. The Tri-Service Signature Measurement and Database System (TSMADS) Program will address target signature measure requirements for the Army, Navy, and Air Force. The Air Force Development Test Center (AFDTC)/46th Test Wing has been identified as the Program Manager for this effort. The Electro-Optical (EO)/Infrared (IR)/Laser Systems Flight of the Test Wing is seeking information on the availability of technology to develop and implement the requirements of the TSMADS program. The instrumentation suites to be developed under this program include the following: a. Air Force: Airborne Spatial/Spectral IR and Ultra Violet (UV) Signature Measurement SystemCapabilityinstrument. This system capability instrument must be able to measure the IRinfrared and UV signatures of aircraft and anti-air missiles in their normal operating environments, infrared countermeasures operated in their normal environment, and surface targets. The system must have approximately the following parameters: (1) Field and Airborne capability with rugged compact design. One application requires that the signature measurement instrument be mounted oncarried in a small stabilized gimbal which is installed in a pod and carriedpod on fighter aircraft. Another application requires that the instrument be mountedbe mounted in carried in a large stabilized turret on a C-130 aircraft. Other applications require that the instrument be capable of being mounted on fixed and mobile towers, high cables, and other types of surface locations. The range of operational environments is fairly severe. (2) Must be capable of producing spatial resolutions on the order of 1 milliradian (or smaller). The system must produce spectral signature data for each spatial pixel at the rates and spectral resolutions specified below: (a) Collect signature data within a total minimum field-of-view (FOV) of approximately 1 degree byx 1 degree. (minimum). It is desirable that the system also have the capability (with pre-mission reconfiguration of the system allowed) to collect signature data within FOV up to 5 degrees by 5 degrees (with corresponding decreases in spatial/spectral scan rates, while maintaining the spatial resolution specified above). (b) Meet the spatial/spectral signature requirements in the 3.5 to 5 micrometer band (minimum). It is desirable that the system also have the capability (with pre-mission reconfiguration of the system allowed) to meet the spatial/spectral signature requirements in the 1 to 2.7 micrometer bands. (c) Provide a spectral resolution on the order of 5 wave numbers over the specified spectral bands, while operating at the specified spectral/spatial rates. Spectral resolution greater than 15 wave numbers is unacceptable. (d)Provide data at spectral/spatial data cube rates up to the order of 75 per second. Higher frame rates are desirable for some applications. It is desirable that the data cube rate be selectable (with pre-mission reconfiguration of the system allowed) to values lower than the maximum rate when measuring the signature of relatively static scenes. (e)Provide spatial/spectral signature data from dynamic targets (such as incoming missiles and IR countermeasure devices) with radiance equivalent to a blackbody at below 100 degrees centigrade if the target fills at least one spatial pixel. It is desirable that the system have the capability to measure the spatial/spectral signatures of relatively static targets with radiance equivalent to a blackbody (at temperatures near or below zero degrees centigrade). (3) Provide the capability to simultaneously record spatial/spectral signature data in scenes that have spectral radiance variations as large as at least 12 bits above the minimum values stated above. It is desirable that the dynamic range be as large as practical. We are soliciting product information from organizations who build instruments of this general type. Information submitted should include similar product specification literature and appropriate past experience in the development of similar instruments. b. Air Force: Airborne Imaging IR/Millimeter Wave (MMW)) Signature Measurement SystemCapability/ UV instrument. The systemcapability must be able to measure and record the IR (mid-wave and long-wave bands)(MIR, FIR), and MMW (10Ghz, 35Ghz, 95Ghz) signatures of surface targets in clutter and slow moving airborne targets. It must be capable of operating in housed into an existing stabilized airborne platform approximately 24 x 30 inch cylindrical. The system must be ruggedized to operate in an airborne environment. The system must have the following parameters: (1) Provide simultaneous dual mode signature data (mid-wave IR (MWIR) and long-wave IR (LWIR) MIR and FIR, plus one band of MMW) (2) Provide spatial IR data with a resolution near of0.1 milliradian. (3) The IR system must be capable of multiple FOV operation with a minimum of 1 degreedeg, 10 degrees, and 20 degrees FOV. (4) The IR system must provide a dynamic range adequate for capturing the energy ranges for a typical surface target/background scenes. (5) The MMW system must be modular, i.e. common back-endbackend electronics and processing with separate interchangeable front ends for each MMW band of interest. (6)The MMW system is desired to have a bandwidth of 2 GHhz. We are soliciting product information from organizations who build instruments of this general type. Information submitted should include similar product specification literature and appropriate past experience in the development of similar instruments. c. Army: Ground-based Visible/NearVisible IR(NIR)/MWIR/MMWFIRImaging IR/MMW instrument Signature Measurement System. The system capability must provide simultaneous multi-spectral data or individual spectrum data, i.e. Visible, or NIR, MWIR or LWFIR, or MMW, from a ground-based platform on a variety of surface targets. The visible NIR, MWIR, and LWIR must be capable of being mounted on a platform. (1) The visible and NIR systems should provide spatial resolution to match the 2o observer criterion and spectral data froma single instruments. The visible and NIR systems must be separate. (2) The visible, NIR, MMW, and LWIR must be able to collect data at a minimum of 30 frames per second. (3) The MWIR and LWIR systemis desired to should provide spatial/spectral infrared data with a spatial resolution of 0.1 milliradian0.1milliradian and a spectral resolution ofpproximately 60 wave numbers. (4) The IR system must be capable of multiple FOV operations with a minimum of 1 degree., (5) The IR system must provide a dynamic range adequate for actually measuringcapturing the radiance signature of energy ranges for a typical surface targets in a natural background of 30oC to 40oC at ranges up to 3 kilometers.. (6) The MMW system must be modular, i.e. common back-endbackend electronics and processing with separate interchangeable front ends for each MMW band of interest. (7) The MMW system should provide signature data with a resolution of at least 6 inches.is desired to have a bandwidth of 2 Ghz. We are soliciting product information from organizations who build instruments of this general type. Information submitted should include similar product specification literature and appropriate past experience in the development of similar instruments. d.Navy. Undersea Acoustic Signature Measurement and Tracking System.Capability.Instrument. (1)This system must be capable of detecting and quantifying the radiated acoustic signature and geographical location of targets within a 100 KM2 undersea test range for the purpose of supporting at-sea test and evaluation exercises of undersea vehicles and surface craft. The signature measurement capability of this system should enhance the ability to spatially identify multiple targets and to separate targets from countermeasures. (2) The instrumentation for this system should be deployable in such a configuration so as to not interfere physically with the operation of exercise surface craft or undersea vehicles. (3) The target tracking methods of this system should not require acoustic transmissions that interfere with the objectives of the test and evaluation exercise. However, for exercises that require high accuracy, the system should not exclude compatibility with existing active range tracking methods. (4) The system will not be required to make blind target detection. Some aspect of each target signature will be known to the system before the test and evaluation exercise. The system will be required to detect and track by acoustic signature, up to nine independent targets, or three targets and six countermeasures. The acoustic signatures of each target can range in frequency from seismic to ultrasonic. (5) Real-time acoustic signature target tracking will be required for targets ranging in speed from stationary to 200 knots. (6) The position accuracy required will be determined by the test and evaluation exercise, and will be dependent on the method of acoustic tracking employed as well as the environmental conditions at the time of test. High accuracy, equivalent to the current standards of active acoustic target tracking, should be achievable if required, and if it is possible to install the proper active hardware on the test targets. For test and evaluation exercises that require non-invasive tracking, and during environmental conditions that yield adequate target acoustic signature-to-noise ratios, position accuracy within one order of magnitude of active tracking should be achievable. (7) The method that has been explored by the Navy, and which shows promise for meeting these requirements, utilizes a combination of matched-field/matched-mode and horizontal planar array technology. Co-located vertical line and horizontal planar arrays have been used to detect acoustic signatures and estimate range and bearing of multiple, simultaneous targets with reasonable accuracy. (8)The system should be deployable in water ranging from 30 meters to 600 meters in depth. Survivability in high traffic and highly fished locations is required. This can be achieved either by development of an easily retrievable system or by deployment of physically protected in-water components. High water current (6 knots) should not affect the deployment or operation of the acoustic signature tracking system. (9) The system components can be divided into two categories: in-water and dry-end. The in-water category can be further divided into sensor package and telemetry. The dry-end can be divided into telemetry receiver, signal processing hardware, signal processing software, and data archive system. (10) The in-water subsystem must have an expected deployed life span of 10 years. The dry-end subsystem hardware should be composed of commercial-off-the-shelf or non-developmental items. The signal processing software is expected to be highly specialized, but should be written to allow for expansion of capabilities as the methodology matures. Acoustic Detection & Signature Measurement. Frequency Range: Seismic to Ultrasonic. Speeds: Stationary to 300 KTS. Single Target of Interest. Interfering Source Rejection. Accuracy: +/- 2dB. Tracking Range Size: Up to 10's of km2. Range, Bearing and Depth. Accuracy Aircraft: Sufficient to eliminate from interfering noise sources. Ground Vehicles: Sufficient to eliminate from interfering noise sources. Surface Ship and Undersea: Consistent with Acoustic Hyperbolic Tracking 5-10m for T&E. Multiple Targets: 8 maximum. Water Depth 30m TBD (2000m for AUTEC) Ambient Conditions Countermeasure Environments. Coastal Environments. We are soliciting information from organizations who can provide individual components, subsystems, or complete systems of this type. Information submitted should indicate past experience in development of undersea acoustic signature measurement, detection, and/or tracking systems. All of these instrument suites will be required to meet stringent environmental and interface constraints consistent with their planned applications. Although individual systemscapabilities may be based on separate technologies and serve different purposes, attempts must be made to include commonality wherever possible. Signal and data processing, as well as data formats, are possible candidates for commonality. The Program Office is considering separate contracts for individual instrument suites or groupings of suites, but has not ruled out the possibility of a single contract for the entire program. This RFI is for planning purposes only and shall not be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract based on the responses from this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs of charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy and in its Statement of Work/Statement of Objectives. The information resulting from this RFI may be released to industry as one or more RFPs. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Any subsequent actions resulting from the evaluation of the information provided as a result of this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement(s) will be included. Replies to this RFI should arrive at the EO/IR/Laser Systems Flight by 31 January 1997. Address your replies as follows: 46th Test Wing/TSWI, Attn: Mr. Roger Barrett, 303 No. 7th Street, Bldg. 22, Suite 108, Eglin AFB, FL 32542-5641. Additional technical information may be obtained from Mr. Roger Barrett, (904) 882-2594.***** CITE: (W-347 SN011742) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: National Institute of Environmental Health Sciences, P. O. Box 12874, Research TrianglePark, North Carolina, 27709 SUBJECT: B--PARTIAL SUPPORT FOR CHILDREN'S HEALTH ENVIRONMENTAL COALITION SOL L04211 DUE 122396 POC Contact Point, Contracting Officer, Leroy Long, PO Box 12874 Research Commons Alexander Dr. Research Triangle Park, NC 27709 DESC: The National Institute of Environmental Health Sciences is contributing funds to this conference for the benefit of Education and Research. This synopsis is for information only. See note 22. CITE: (I-346 SN011082) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: B --12KW, 50 & 100KW FREQ CONV SURVEY SOL F04606-97-R-8889 DUE 011597 POC For copy, contact the info office indicated., For additional information contact Gray.5ag/Pkljc/[916]643-0500 DESC: This is a request for contractor participation in two Industry Surveys, one for industry comments on Commercial Item Description (CID) for an acquisition for a commercial 12KW frequency converter, and one on a separate combined acquisition for commercial 50KW and 100KW frequency converters. These will potentially be two separate buys whose solicitation will be advertised in a future publication of the CBD. The Air Force intends to establish an indefinite quantity, 3 year, firm fixed price contract for an undetermined quantity of both separate buys for these units. If you have any questions, call Lew Gray at (916) 643-0500. Fax number is (916) 643-6767. Again, this is a request for industry comments only. Contractor request to participate in this industry survey should be received at SM-ALC/PKLJC (Attn: Lew Gray), 5040 Dudley Blvd., McClellan AFB CA 95652-1390 (or by fax) by 23 Dec 96. No telephone requests. Only written THIS IS NOT A SOLICITATION. IT IS A REQUEST FOR INDUSTRY COMMENTS ON TWO COMMERCIAL ITEM DESCRIPTIONS. The approximate issue/response date will be 23 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011679) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry Drive, West Haven, CT 06516 SUBJECT: B -- CREATE TRACER EVENT DATABASE SOL 689-47-97 DUE 011997 POC Mark Phillips, 203-937-3086 DESC: The VA Connecticut Healthcare System intends to negotiate a sole source contract for the creation of a Tracer Event Database (TED) with The Medstat Group, 5425 Hollister Avenue, Santa Barbara California under authority of FAR 6.302. The TED is to contain the longitudinal healthcare claims experience for all individuals diagnosed with any Psychiatric ICD-9-CM diagnosis code (codes will be provided by the VA). The database created shall contain the medical/surgical claims for the selected individuals. The experience will be derived from the 1993 and 1994 Market Scan database, and will include the following enhancements: 1. outpatient pharmaceutical claims; 2. positive enrollment data; and 3. plan characteristic data. The enhancements are available for portions of the covered population, so not all patient data will contain information from these files. Files shall be linked by unique patient identification numbers allowing you to longitudinally follow patients across time and treatment settings. The data files created shall be delivered on tape cartridges in ASCII format. The data shall be delivered within 6 weeks following award of this contract. The contractor shall have access to a database containing a covered lives population of over 4 million individuals. The database must have enhancements available for medical/surgical claims, outpatient pharmacy claims, enrollment information, and plan characteristics. The database must cover a wide geographical area (preferably all 50 states). Contractor should have at least 4 years experience with the database, and be able to show through past performance that the database has been a viable research and analytical database. Responsible sources may respond with their capability to supply these requirements or submit proposals. All proposals received within fifteen days after publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. SIC code 8732 applies. CITE: (I-347 SN011714) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention, Procurement and Grants Office, 255 East Paces Ferry Road, NE, Room 500, Atlanta, Georgia 30305 SUBJECT: B -- PERTUSSIS LABORATORY ANALYSES FROM THE THIRD NATIONAL HEALTH AND NUTRITION EXAMINATION SURVEY SOL 200-97-0606(P) DUE 030497 POC Dale F. DeFilipps, Contract Specialist, (404) 842-6785 DESC: The Centers for Disease Control and Prevention (CDC) contemplates awarding a contract to obtain laboratory testing for antibodies against specific B.pertussis antigens for approximately 15,000 serum samples collected from individuals aged 6 to 49 years during the third National Health and Nutrition Examination Survey (NHANES) from October 18, 1988 through October 15, 1994. The Contractor shall provide a validation report, laboratory manual, storage facility for specimens, specimen testing, test results, technology transfer, and quality control data. The anticipated performance period is 26 months. Requests for the solicitation will be filled on a limited first-come-first-served basis until the supply is exhausted. The date specified for receipt of offers will be approximately 60 days after the RFP issue date. Requests for the RFP must specify the RFP No. 200-97-0606(P). Facsimile requests may be sent to (404) 842-6727. Telephone requests will not be accepted. CITE: (I-347 SN011716) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: 366 Contracting Squadron/LGCC, PO Box 4037, Mountain Home AFB, ID 83648-4037 SUBJECT: C -- ARCHITECT ENGINEER SERVICES - CONSTRUCTION SOL N/A DUE 022797 POC Nancy L. King/William W. Oakland, 208-828-2664 DESC: Mountain Home Air Force Base requires Architect-Engineer services for three distinct open-end A-E design contracts for a period of one year with a possibility of two option years. Each contract shall provide a range of disciplines including architectural, electrical, mechanical, and civil/structural engineering. One of the three selected firms shall be a strong civil/structural design firm; the other two will be primarily architectural. The Government, at its option, reserves the right to negotiate Title II, supervision, and inspection services and/or Title III, study and master planning services, with contractor at a later date. The contractor shall be guaranteed a minimum of $5,000.00 in fees per year. The maximum amount awarded shall be $750,000.00 per year. No individual order may exceed $299,000.00 in fees except for initial order used to start the contract. The estimated contract date is May 1997 and estimated completion date is May 2000. Firms desiring consideration shall submit appropriate data described in the Standard Form 254, Architect-Engineer and Related Services Questionnaire, and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Issue on or about 27 JAN 97. Firms responding to this announcement within 30 days of publication will be considered for selection by a weighted selection system, subject to any limitations indicated with respect to: A) specialized experience and technical competence in the type of work required. B) availability of experienced key personnel. C) capacity to accomplish work in the required time (prompt response to requested services is required). D) past experience, if any, of the firm with respect to performance on similar open-end A-E contracts. E) only those firms within a one hundred mile radius of Mountain Home AFB, Idaho, will be considered. F) volume of work perviously awarded by this office and other Department of Defense (DOD) awards. G) ability to provide project drawings in AUTOCAD, release 12.0 with required format. This is not a Request for Proposal.***** LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: sheffieb@366lg.mountainhome.af.mil EMAILDESC: CITE: (D-346 SN011078) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Brookhaven National Laboratory, Division of Contracts and Procurement, Building 355, Upton, N.Y. 11973 SUBJECT: C--HAZARDOUS WASTE DISPOSAL SERVICES POC J. Volkmann, Ass't Contracts Specialist, (516) 344-7722. DESC: Brookhaven National Laboratory (BNL) requests HAZARDOUS WASTE DISPOSAL SERVICES as follows: Analyze, package, transport, treat, recycle, and dispose of RCRA/TSCA hazardous waste in strict compliance with the applicable EPA, DOT, State and local regulations. Waste is categorized as follows: Lab Packs, Solid and Liquid wastes in 55 gallon drums, PCB wastes, Listed wastes, Compressed Gas Cylinders, Mercury wastes, and ``Special'' wastes (to include miscellaneous waste streams such as industrial wastes, battery disposal/recycling, fluorescent lamps, etc). Services will be contracted for a two year period with two separate options to renew the awarded contract for an additional one year period each. Companies interested in receiving an RFP for one or more of the aforementioned categories shall send the following information to BNL BY 12/17/96: (1) Documented experience as a full service hazardous waste disposal firm; (2) References from other firms for which you have performed these services; (3) Compliance history(ies) for proposed TSDF's to be utilized in performing these services; (4) Copies of insurance documentation for proposed TSDF's which document at least $5 million General Liability/General Aggregate insurance; and (5) Copies of applicable licenses, permits, and EPA identification numbers for contractor's proposed TSDF's, to the attention of: J. Volkmann, Ass't Contracts Specialist, Brookhaven National Laboratory, Building 355, Upton, NY 11973-5000. CITE: (M-347 SN011223) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005 Michael Rd., Camp Lejeune, NC 28547-2521 SUBJECT: C -- INDEFINITE QUANTITY CONTRACTS FOR ENVIRONMENTAL ENGINEERING AND DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA SOL N62470-97-D-5321/22 DUE 012297 POC Jerry T. Williams, (910) 451-5606, FAX (910) 451-5629 DESC: Solicitation includes, various environmental and engineering projects involving solid waste, hazardous waste, UST's, AST's, erosion control, water pollution, air pollution, site assessments, thorough knowledge of the RCRA, CAA, CWA, SWDA, and similar statutes and related permits; the preparation of various permit applications shall require the necessary supporting documentation required by the State of North Carolina; collection and laboratory analysis of soil, water, and various compounds,; along with other miscellaneous design, preparation of construction documents including plans, specifications, cost estimates, record drawings, and review of shop drawings as they relate to the above environmental projects. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to perform design of the projects listed above. The contract scope may require evaluation and definition of asbestos materials and toxic waste disposition and/or pollution control work. Firms must be prepared to accept the aforementioned as a part of their contract. Two contract awards will be made from this synopsis; N62470-97-D-5321, and N62470-97-D-5322. The contract will be of the Firm Fixed Price - Indefinite Quantity type. The duration of the contract will be for one (1) year from the date of the initial contract award. The proposed contract includes one (1) one year Government option for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $500,000. The A-E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance than factors (1) through (6). Specific evaluation factors include: (1) Professional qualifications of firm and staff proposed with respect to solid waste, hazardous waste, UST's, AST's, erosion control, water pollution, air pollution, site assessments, thorough knowledge of the RCRA, CAA, CWA, SWDA, and similar statutes and related permits; the preparation of various permit applications shall require the necessary supporting documentation required by the State of North Carolina. The firm must demonstrate qualifications to perform the environmental engineering for permits and related services. Firms will be evaluated in terms of the design staff's following qualifications: (a) active professional registration in the state in which the design services will be performed; and (b) experience (with present and other firms) and roles of staff members, specifically on the projects listed in section 8 of the SF255. Each project should clearly indicate the personnel involved and those personnel should be listed by each project. (2) Specialized recent experience demonstrating the technical competence of particular staff members to design the projects addressed in evaluation factor number one. Each project listed should indicate key staff members involved. Firms will also be evaluated upon: (a) specific knowledge of the construction materials and practices of Eastern North Carolina; and the Federal and State of North Carolina laws, regulations, codes, and permits applicable to projects of this nature; (b) project experience as listed in section 8 of the SF255 (provide design schedule, estimate vs. bid amount, and design team for each). (3) Capacity of the proposed design team to accomplish the following schedules: Submission of proposal 15 days following RFP. Final design submittal within 120 days of contract award. Project design schedules should be given for the same projects listed above for evaluation factors 1 and 2. (4) Past performance on the same projects listed above with Government agencies and private industry in terms of the following: (a) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project construction budget and design to this budget as evidenced by the low bid amount; (b) quality of work as demonstrated by the history of design related change orders issued during construction; (c) demonstrated long term business relationships and repeat business with Government and private customers; and (d) demonstrated compliance with performance schedules. Project information for this evaluation factor should be for the same projects listed above for evaluation factors 1 and 2. (5) Specific internal quality control procedures proposed for projects of this nature. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans, specifications and reports. (6) Knowledge in prescribing the use of recovered materials, achieving waste reduction and energy efficiency in facility design. (7) Location in the general geographical area of the project. (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense architect-engineer firms, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts. Architect-Engineer (A-E) firms which meet the requirements described in this announcement are invited to submit complete, updated Standard Forms 254, Architect-Engineer and Related Services Questionnaire, and 255, Architect-Engineer Related Services for Specific Project, to the office shown above. Those firms that submit Standard Forms 254 and 255 will only have to submit one copy to be considered for both contracts. A-E firms utilized by the prime must also submit completed Standard Form 254. All SF 254's should be bound together. Submit one consolidated Standard Form 255 for the project design team that includes sub-consultants. Do not submit one SF 255 for each sub-consultant. We need only one copy of all forms. In block 10 of the SF255, discuss why the design team (firm and sub-consultants) is especially qualified based upon synopsized evaluation factors and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering (i.e. state registration number). Clearly show the office location where work will be done and the experience of those that will do the work and their locations. The closing date for this announcement is 22 January 1997. Firms must submit forms to this office by 4:00 p.m. on the closing date. Late responses will be handled in accordance with FAR 52.215-10. See Note 24. This is not a request for proposal, and there is no solicitation document or package or plans and specifications to be issued as a result of this announcement or a planholders'/bidders' list. CITE: (I-347 SN011249) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VAMC, 800 Zorn Avenue, Louisville, KY 40206 SUBJECT: C -- CONSTRUCT AMBULATORY SURGERY SOL 603-45-97 DUE 011497 POC Holly Meyerhoffer, Contract Specialist (502) 894-6114 DESC: Provide A/E services for design of project to Construct Ambulatory Surgery, at the VA Medical Center, Louisville, KY. Design includes the preparation of complete drawings, specifications, and construction cost estimates per VA guidelines. Project involves construction of approximately 8000 GSF new construction in the form of a 5th floor level addition to existing structure to provide ambulatory surgery space. Addition will provide outpatient surgery suites, endoscopy, surgical preparation and support and other areas and will be located on a structure which has been designed for an additional floor. All construction phases will be involved. A/E team must include a certified industrial hygienist for planning of asbestos from adjacent areas. The estimated construction cost is between $1,000,000 and $2,000,000. Area of consideration is restricted to firms located within a 100 mile radius of the VAMC, Louisville, KY. Complete all work within 140 calendar days of A/E contract award. This solicitation is unrestrictive in accordance with the Small Business Competitiveness Demonstration Program. Standard Industrial Classification code 8712 applies to this solicitation. Interested firms must submit appropriate data described in numbered note 24, no later than 4:30PM, local time on January 14, 1997. See Note(s): 24. CITE: (I-347 SN011254) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1100 Tunnel Road, Asheville, NC 28805-2087 SUBJECT: C -- ADULT DAY CARE CLINIC, BUILDING # 15 SOL 637-43-97 DUE 011397 POC Beverly D. Jones, Contracting Officer, 704-299-5807 DESC: Provide Architect/Engineer Service for a Firm Fixed Price contract to develop, design and preparation of construction cost estimates for the project titled: Adult Day Care Clinics which includes demolition, asbestos and lead abatement, minor HVAC, electrical, plumbing modification and general construction. Renovate approximately 15,000 Sq. Ft. of existing space on the first and second floor, exterior construction will consist of a new entrance and recreation area with handicap accessibility to Building 15. A/E should be experienced in working in a hospital setting, knowledgeable of State and Federal Adult Day Care requirements and exhibit a history of reliable cost estimating along with an active quality improvement program. A/E shall be established within a 150 mile radius of the VA Medical Center, Asheville, NC. Estimated cost range for construction is $500,000 to $1 Million. Submission of two (2) copies each of SF 254 and 255 is required by the close of business January 13, 1997. Solicitation is subject to the availability of funds. CITE: (I-347 SN011689) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USDA, Natural Resources Conservation Service, Suite 354, Room 520, 441 S. Salina Street, Syracuse, NY 13202-2450 SUBJECT: C -- SURVEYING SERVICES FOR DETERMINING BOUNDARIES OF REAL PROPERTY UNDER THE WETLANDS RESERVE PROGRAM WITHIN THE STATE OF NEW YORK SOL N/A POC Nancy Lee, Contracting Officer (315) 477-6509 DESC: Easement surveys shall include research, field surveys, field notes, computations, and boundary monumentation, a survey map, report, boundary description, and surveyor's certificate addressing title subjections. GPS surveys will not be allowed. Must be a professional, licensed surveyor registered in the State of New York. Multiple awards will be made based on approximately nine (9) geographic areas within the State of New York. These consists of the following counties: Area 1 - Albany, Saratoga, Warren, Essex, Rensselaer, Washington, Greene, Schnectady; Area 2 - Herkimer, Hamilton, Fulton, Montgomery, Madison, Oneida, Oswego; Area 3 - Onondaga, Cortland, Tompkins, Cayuga, Seneca; Area 4 - Wayne, Ontario, Monroe, Livingston, Orleans, Genesee, Wyoming; Area 5 - Niagara, Erie, Chautauqua, Cattauagus; Area 6 - Allegany, Steuben, Schuyler, Chemung, Tioga; Area 7 - Clinton, Franklin, St. Lawrence, Lewis, Jefferson; Area 8 - Ulster, Orange, Rockland, Putnam, Dutchess, Columbia; Area 9 - Broome, Chenango, Otsego, Schoharie, Delaware, Sullivan. More than one contract may be awarded in an area. When submitting a response to this notice, indicate which area(s) you are interested in. Responses to this advertisement should be received by January 13, 1997. Work will be ordered on an "as needed" basis beginning approximately February 15, 1997 through September 30, 1997, with an option on the part of the government to renew for two additional one-year periods. Minimum orders per area range from $1,500 to $10,000 per fiscal year; Maximum orders per area range from $10,000 to $100,000. See notes 1 and 24. CITE: (I-347 SN011695) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: DVA Medical Center West Los Angeles,(90C REK), 11301 Wilshire Blvd, Los Angeles, CA 90073 SUBJECT: C -- ARCHITECT AND ENGINEERING SERVICES - CONSTRUCTION SOL 691-903 DUE 011397 POC Robert Kedney, Contracting Officer, (310) 268-2774 DESC: The VA Medical Center West Los Angeles intends to procure Architect & Engineering Services to furnish technical specifications, prepare government cost estimate, and drawings for our Project Number 691-903, Bldg. 500 SICU Renovation. All interested firms should submit a current SF254 and SF255 to arrive here by COB 13 Jan. 97, addressing the following: 1) Proposed Project Management Team, 2) Proposed Management Plan, 3) Previous experience under contracts of this type referencing compliance with Performance Schedules, Quality of Work, Cost Controls, and experience in preparing government cost estimates, 4) Geographic Location of working offices. Submit requested material to Contact Point shown above. Hand delivery should be made to Bldg. 218, Room 311. NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL. Synopsis #3 CITE: (I-347 SN011718) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31401 SUBJECT: C -- ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS A-E SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT SOL N/A POC Joel Kreger, 912/652-5465 Ophelia Kendricks, 912/652-5072, or Leila Hollis, 912/652-5105. DESC: ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS A-E SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers, requires the services of Architect-Engineer firms for numerous multidiscipline Indefinite Delivery/Indefinite Quantity contracts. Contracts awarded as a result of this announcement will be administered (1) by Savannah District for use on civil and military projects under its jurisdiction or (2) by Directorate of Public Work/Base Civil Engineer offices at specific Army and Air Force installations within GA, SC and NC. Contract limits and contract size will be determined at the time of selection. Typically, each contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. The ordering period will be for one year or whenever the Contracting Officer determines the ordering period is over and any dollar amount not consumed by task orders issued during the ordering period may be carried over to the next ordering period. The total of all task orders during each ordering period may not exceed $1,000,000. Individual task orders may not exceed $1,000,000. The total amount of each contract over the three year ordering period may not exceed $3,000,000. Assignment of individual task orders to the contracts with identical scopes of work will be based upon the following factors: (1) Proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at that locality, (2) Current capacity of the firm to accomplish the task order in the required time, (3) Equitable distribution of work among identical contracts and (4) Performance and quality of deliverables under the current IDIQ contracts. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 2219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS ( A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontractor goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information please contact Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072 or Ms. Leila Hollis at 912/652-5105.. 2. PROJECT INFORMATION: Task orders to be issued under these contracts may include design of NEW facilities and O&M projects related to additions and alterations of buildings, road, drainage and utility systems, engineering studies, project planning, topographic surveying to support designs, lead based paint and asbestos sampling/analysis/abatement design, and air monitoring during the abatement/construction process, shop drawing review, construction phase services and preparation of O&M manuals. Firms must indicate in Block 10 the type of CADD system they employ and if their system is not Intergraph identify how they would translate drawing files to Intergraph and describe previous translation experience. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in: (1) Design of new buildings, roads, drainage and utility systems. (2) Design of additions and alterations of buildings, road drainage and utility systems. (3) Engineering studies and project planning. (4) Topographic surveying. (5) Lead based paint and asbestos sampling/analysis/abatement design and air monitoring during abatement/construction process. (6) Shop drawing review, construction phase services and preparation of O&M manuals. (7) Producing CADD drawings and translation experience. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Capacity to accomplish multiple simultaneous task orders and provide staff in the following disciplines: architect, civil, structural, mechanical, fire protection and electrical engineers, industrial hygienists, and topographic surveyors. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline. d. Professional qualifications of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). e. Knowledge of locality as it pertains to geological features, environmental and climatic conditions and local construction methods used on projects under Savannah District jurisdiction and/or location in the general geographical area of specific military installations in the 3 state area. f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: RESPONSES ON FILE FROM LAST YEARS ANNOUNCEMENT WILL BE DISCARDED. ALL FIRMS DESIRING CONSIDERATION MUST SUBMIT A NEW RESPONSE. Responses to this announcement will be used for IDIQ contract selections through January 31, 1998. This announcement is non-closing and firms may submit a SF 255 and SF 254 at anytime during 1997. Firms desiring consideration shall submit ONE (1) copy of SF 255 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and ONE (1) copy of SF 254 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and each consultant (extra copies will not be kept) . FIRMS MUST INCLUDE PRIME's ACASS NUMBER in block 3b of SF 255. For ACASS information call 503/326-3459. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover letters and extraneous materials (Brochures, etc.) will not be considered. Firms selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of DISCUSSING this announcement will NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. CITE: (I-347 SN011246) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Department of Veterans Affairs, 1601 Kirkwood Highway, Wilmington, DE 19805-4988 SUBJECT: C--A/E SERVICES TO CONSOLIDATE ICU SOL RFP 460-11-97 DUE 011097 POC Toni A. Wilson, Contracting Officer (302) 633-5370/5371. DESC: Furnish A/E Services to Consolidate ICU. Services include contract drawings, specifications, cost estimates and construction period services. Renovation of existing 3,000 NSF SICU and construction of additional 4,000 NSF to include replacement of architectural finishes, utilities, and HVAC equipment along with installation of emergency electrical system. Estimated construction cost range is $1,000,000.00 to $2,000,000.00. Interested firms must submit SF 254 and SF 255 by close of business January 10, 1997 to the Contracting Officer at Department of Veterans Affairs, 1601 Kirkwood Hwy. Wilmington, DE 19805-4988. This is subject to the availability of fiscal year 1997 funds. CITE: (M-347 SN011308) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38ls/lgcx, 4022 Hilltop Rd Ste 211, Tinker Afb Ok 73145-2713 SUBJECT: D--REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERVICE FOR MCGUIRE AFB NJ SOL N/A POC Contact Point: Debbie Speir, (405) 734-9297, Contract Specialist or Contracting Officer Cathy D. Summers (405), 734-9759 DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for Recruiting offices located in Hackensack; Cherry Hill; E. Brunswick and Mercerville NJ. The intended contractor is Bell Atlantic shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area. (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be New Jersey. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). Bell Atlantic is the only local exchange carrier (LEC) who has the approval of the New Jersey Public Service Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-92-H-0039. Note 22. CITE: (W-347 SN011194) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38ls/lgcx, 4022 Hilltop Rd Ste 211, Tinker Afb Ok 73145-2713 SUBJECT: D--REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERVICE FOR 110 FW, BATTLE CREEK ANGB MI SOL N/A POC Contact Point: Lily Block (405) 734-9297, Contract Specialist or Contracting Officer Cathy D. Summers (405) 734-9759 DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for Battle Creek ANGB MI. The intended contractor is AMERITECH, shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area. (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be Battle Creek ANGB MI. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). AMERITECH is the only local exchange carrier (LEC) who has the approval of the Michigan Public Utility Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-92-H-0059. Note 22. CITE: (W-347 SN011196) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38ls/lgcx, 4022 Hilltop Rd Ste 211, Tinker Afb Ok 73145-2713 SUBJECT: D--REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERVICE FOR 337 RECRUITING SQUADRON LOCATED AT DURHAM NC 27707 SOL N/A POC Hope Foreman (405) 724-9297, Contract Specialist or Contracting Officer, Cynthia Obermeyer (405) 734-9297 DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for 337 Recruiting Squadron Durham NC. The intended contractor is GTE South Inc. GTE South Inc shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be Durham NC 27707. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). GTE South Inc is the only local exchange carrier (LEC) who has the approval of the North Carolina Utilities Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-92-H-0136. Note 22. CITE: (W-347 SN011217) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: D--NETWORK SUPPORT SERVICES SOL 52EANF-7-00020 DUE 012797 POC Lynne Phipps, Contracting Officer, 757-441-6881, Sue Lewis, Contract Specialist, 757-441-6649 DESC: The National Oceanic and Atmospheric Administration, National Marine Fisheries Service, Northeast Region, Gloucester, Massachusetts has a requirement for services necessary to provide full Network Support Service to include network maintenance, PC installation and training for 6 offices in Gloucester, Massachusetts and twenty-two remote sites. The period of performance is from date of contract thru 12 months thereafter. The requirement is 100% set-aside for Small Business. Copies of the solicitation will only be provided in response to written or faxed requests received directly from the requestor. Requests for copies of the solicitation may be faxed to 757-441-3786. Note 26 applies. EMAIL Suel@noaa.gov EMAILDESC: e-mail CITE: (W-347 SN011221) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DOD/DLA, Defense National Stockpile Center, Directorate of Stockpile Contracts, 8725 John J. Kingman Road, Suite 4528, Mail Stop 3339, Fort Belvoir, VA 22060-6223 SUBJECT: D--TECHNICAL SUPPORT FOR SOFTWARE REVISIONS & ENHANCEMENTS INCLUDING TRAINING SOL SPO833-97-M-0114 DUE 010297 POC Point of Contact-Crystal Peverill, Procurement Assistant, (703)767-5505 DESC: The government plans to procure a sole source simplified acquisition from Computer Innovative Design, Inc., 3905 Laro Court, Fairfax, VA 22031 for software revisions and enhancements to the modeling system residing at the Institute of Defense Analyses including training IDA personnel in understanding the computer code of the model. The proposed simplified acquisition is for svervices for which the Government intends to solicit and negotiate with only one source. 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. LINK N/A LINKDESC: EMAIL peverill_crystal@dla.hq.mil EMAILDESC: CITE: (W-347 SN011361) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309 SUBJECT: D --5805 SOL F33600-97-R-0015 DUE 012797 POC For copy, P. Strader/Pkwre/[937]257-2698, For additional information contact P. Strader/Pkwre/[937]257-2698 DESC: The Casc/sc, Battle Creek, Mi has a requirement for non-personal services for installation and maintenance of telecommunications equipment. Contractor shall install telephone and data communications wiring in the office areas of the Battle Creek Federal Center. Such installations include the following: Telecommunications cables and wires from desks to the servicing wiring closet, cross connects (frame wire or jumper/patch cables in the closet (fiber or copper), riser cable (vertical runs from wire closet to wire closet), fiber optic cable, any special purpose cables or cable assemblies as needed to fulfill that particular work order. In addition, the contractor shall be responsible for installation of terminals, wiring boxes, wall mounted wiring closets or cabinets, wire/cable hangers, conduit, wiring channel, tray, or ladder. Wire and cable installed under this contract will be used for telephone, data communications, signalling, video, intercom, audio, or other communications purpose. Further, the contractor shall install telephone, data communications, signalling, video, intercom, audio, or other communications apparatus. Contractor shall also move existing wire and cable runs to satisfy the requirements for any given approved work order. Contractor shall perform remedial repairs on telecommunications wire and cable plant and its associated hardware. Remedial repairs shall apply to installations made by the contractor and to those made by other contractors. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/ her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact Asc's Ombudsman located in Asc/sy, Bldg 52, 2475 K St, Wright-Patterson Afb Oh 45433-7642, at (937)255-3855, with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to the buyer listed elsewhere in this synopsis. The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 18 Feb 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011477) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 7180 Reserve Road, Tinker Air Force Base Ok 73145-3020 SUBJECT: D --ORACLE S/W TECHNICAL SUPPORT SOL F34601-97-31100 DUE 123096 POC For copy, Stacy Cochran/Ladaa/[405]739-5582, For additional information contact Stacy Cochran/Ladaa/[405]739-5582 DESC: This is a Notice Of Intent to purchase Bronze Level Technical Support , by placing an order against GSA Schedule GS-35F-0189D with Oracle Corporation. The Bronze Level Support will cover the period of 01 OCT 96 thru 30 SEP 97. The products requiring Oracle Bronze Level technical support are ORACLE interface with the following: C,NET,PLUS,TCP/IP,ORACLE7 SERVER,TPO,RDBMS,ASYNC,CASE CLIENT BUN, Design, DICT,FORMS MENU, GEN RPTW PLUS,RPTWRITER,SPX IPX, DIS OPTION, REPORTS, for various numbers of users. Written responses, including GSA contract number (if applicable), price,and a description containing sufficient technical documentation to establish a bonafide capability to meet the requirement must be received by this office within 15 calendar days after publication of this notice. No solicitation documents will be issued unless determinedto be in the Govt's best interest. Information received as a result of this Notice of Intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No contract award will be made on the basis of any response to this notice of Intent because this Notice of Intent to place an order against a GSA Schedule Contract shall not be considered a request for quote. The approximate award date will be 31 DEC 96. No telephone requests. Only written or faxed requests for information received directly from requestor are acceptable. Requests for information regarding this Notice of Intent may be faxed to: Stacy Cochran / LADAA / 405-739-2426. The approximate issue/response date will be 30 Dec 96. To: Oracle Corporation, Redwood Shores, CA 94065. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-347 SN011563) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Department of HUD, New York ASC, Philadelphia Contracting Branch (3AAC), 100 Penn Square East, Philadelphia, PA 19107-3380 SUBJECT: D -- H03Q97007000000 DATA INPUT - THE FIELD OFFICE MULTIFAMILY NATIONAL SYSTEM (FOMNS) SOL H03Q97007000000 DUE 020397 POC Elisa Weise, Contract Specialist, 215-656-0674, ext. 3296. DESC: The U.S. Dept. of HUD is seeking data input services for data input into the Multi-Family Asset Management Module of the HUD Maryland State Office. The data to be keyed into the Field Office Multifamily National System (FOMNS) is for approximately 501 multifamily properties that are HUD insured, HUD-held, direct loans, and assisted loans within the jurisdiction of the HUD Maryland State Office. The contractor will also be required to create a computer program that will allow for the use of HUD mainframe information in a mapping software that will be provided by HUD, and to provide training to the HUD staff on the use of the mapping software. This requirement is 100% set-aside for small businesses, SIC Code 7374. Award may be made to other than the lowest priced quoter. The duration of the purchase order is 120 days. The RFQ will be available on or about January 2, 1997. HUD will honor written requests for the RFQ only. Requests for RFQ H03Q97007000000 may be faxed to 215-656-2453. CITE: (I-347 SN011698) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: A&MMS, Dept of Veterans Affairs Domiciliary, 8495 Crater Lake Highway, White City, OR 97503 SUBJECT: D -- UPGRADE CURRENT NORTEL MERRIDIAN SL1 TELEPHONE SYSTEM SOL RFP 692-14-97 DUE 010797 POC Katherine A. Baughman, Contracting Officer (541) 826-2111, ext. 3213. DESC: Solicitation RFP 692-14-97 entitled "Upgrade Current Nortel Meridian SL1 Telephone System" at the Dept of Veterans Affairs Domiciliary, White City, Oregon is hereby cancelled effective 12/09/96 in its entirety. CITE: (I-347 SN011241) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Operational Contract Division, Afdtc/pkov, 205 W. D. Avenue, Eglin Afb Florida 32542-6862 SUBJECT: F---BRUSH CHOPPING FOR REFORESTATION SOL F08651-97-B-0076 DUE 013197 POC Troy R. Gunter, Contract Specialist, 904-882-4418 ext. 5250 DESC: The Air Force Development Test Center (AFDTC), Eglin AFB FL, intends to award a contract for Brush chopping on the Eglin AFB FL Reservation with performance period of 1 Apr 97 through 15 Oct 97. Work consists of double chops to a base area of 54 plots on an estimated 2,420 acres, with an option area of 37 plots of approximately 1,305 acres, which may become available. This action is a 100% small business set-aside. The SIC code is 0851. Applicable size standard is a firm, including affiliates, with average annual sales or receipts for its preceding three fiscal years not in excess of $5 million. All responsible small business sources may submit an offer which will be considered by this agency. Anticipated release date of this solicitation set is 2 Jan 97. Telephone requests for solicitation sets will not be accepted. Written requests for solicitations sets may be mailed to AFDTC/PKOO, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862. For those companies with facsimile capability, requests for solicitation sets will be accepted at machine number 904-882-9441, ATTN: AFDTC/PKOO. Questions should be directed to Troy Gunter, Contract Specialist, 904-882-4418 ext 5250; or Rickey C. Dean, Contracting Officer, 904-882-4418 ext 5266 CITE: (W-347 SN011738) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: FBOP, Community Corrections Contracting, 320 First Street, N.W., Wash., D.C. 20534 SUBJECT: G -- COMMUNITY CORRECTION CENTER SERVICES SOL RFP200-349-NC DUE 011097 POC Crystal D. Clayton, Contracting Officer, 202-307-3069. DESC: The closing date of RFP 200-349-NC is hereby extended to January 10, 1997. No collect calls will be accepted. No telephone calls for solicitations will be accepted. CITE: (I-346 SN011069) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Fleet and Industrial Supply Center, San Diego, 937 N. Harbor Drive, STE 430, San Diego, CA 92132-0430 SUBJECT: J--COMMERICAL SERVICES LM2500 ENGINE COMPRESSOR REAR FRAME SOL N00244-97-Q-5389 DUE 123196 POC Fax Solicitation Request to Bid Officer (619)545-5565 , or call ; Contract Specialist Bob Douglas (619)545-4362; Contracting Officer, Lois Gilmore DESC: The following Repair/Services are required for the LM2500 Engine Compressor Rear Frame. Inquires from potential bidders are welcome. Contact Bob Douglas at Fax #619-545-5565 for a copy of the RFQ. Written response must be received by this office within 15 calendar days after this notice. No telephone request. Only written or faxed requests received directly from the requestor are accepted. Bids will be required by 3 pm PST on or before 31 December 1996. Actual bid due date to be announced in RFQ. See Numbered Note(s) 1, 13. CITE: (I-346 SN011091) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: American Overseas Marine Corporation, As Ship Manager for DOT-Maritime Administration, 116 East Howard Street, Quincy, MA 02169 SUBJECT: J--DRYDOCK AND SPECIAL SURVEY--SS CURTISS SOL DTMA94-97-B-55001 POC Michael Meduski, Contracting Officer, (617) 376-8459, FAX (617) 773-1448. DESC: Modification: Action originally published 11/20/96 for Drydock, ABS Special Survey and miscellaneous repairs for the Ready Reserve Force (RRF) vessel SS Curtiss, Port Hueneme, CA is cancelled. CITE: (M-347 SN011186) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of Veterans Affairs 662/90C, 4150 Clement St., San Francisco, CA 94121 SUBJECT: J -- MAINTENANCE AND REPAIR OF CARL ZEISS ELECTRONIC MICROSCOPE SOL IFB 662-08-97 DUE 012297 POC Contracting Officer, Doug Hargrove (415/750-2066) DESC: The Department of Veterans Affairs Medical Center solicits bids for all necessary labor, materials, parts, and travel for Preventive Maintenance Inspections and Services and Emergency Repair Services for one Carl Zeiss High Resolution Electronic Microscope, Model EM-10CA, S/N 6031, which is located at the Department of Veterans Affairs Medical Center, 4150 Clement Street, San Francisco, California, 94121 for the period of March 1, 1997 through September 30, 1997 with three (3) one-year options. Submit requests for the bid package to the individual named above. See Note(s): 1. CITE: (I-347 SN011244) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of the Navy, Carderock Division Headquarters, Naval Surface Warfare Center, Bethesda, MD 20084-5000 SUBJECT: J -- TIME & MATERIAL CONTRACT FOR SERVICE AND PARTS SUPPORT FOR SPARTON ELECTRONICS EQUIPMENT. SOL N00167-97-Q-3046 DUE 123196 POC Brian D.White Contract Specialist (301)227-1867 fax 1847. DESC: These unique services will be purchased using Simplified Acquisition Procceidures. They involve the support of equipment at the Navy's Acoustic Trials Detachment in Cape Canaveral, Fl. Specificly, High Gain Arrays built by Sparton Electronics. These Arrays support the Navy research vessel USNS Hayes. A detailed statement of work will be provided apon writen request. See Numbered Note(s): 22. CITE: (I-347 SN011250) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: J -- MAINTENANCE-MATERIAL HANDLING EQUIPMENT SOL N00406-97-R-5036 DUE 010897 POC J. Gregg DESC: two option year shall be incorporated in the solicitation all other terms and condition remain the same all responsible sources may submit (offer/bid/quotation) which shall be considered by fleet & industrial supply center, puget sound fax requests to (360) 476-2931 telephone requests will not be honored. CITE: (I-347 SN011263) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J --REPAIR OF CIRCUIT CARD ASSY SOL F04606-97-Q-42070 DUE 012397 POC For copy, contact the info office indicated., For additional information contact Griswold.2ag/Pklxa/[916]643-4128 DESC: Repair of Circuit Card Assy for CSSR AN/FYC-14 for CMC, NSN: 5998-01- 318-3793ZD, Part Number AA-K10900, quantity 10 each to be delivered to McClellan AFB CA. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Stratus Computer Inc, Marlboro Ma 01752 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 23. CITE: (I-347 SN011385) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: J --6TH DUCT SEGMENT SOL F41608-97-43164 DUE 012397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Flores, H. L./lpkah/[210]925-6385 DESC: Repair and overhaul of 6th Duct Segment, NSN 2840-01-365-7935PT P/N 4076126, applicable to F100PW229 Engine. Quantity of 65 each, with delivery 30 days ARO after receipt of reparable. Anticipated award with a firm fixed quantity/price contract. Government furnished drawings and specifications are not available. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: United Technologies Corp, East Hartford Ct 06108-0968. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 13,22,23. CITE: (I-347 SN011413) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: J --COMPRESSOR AIR DUCT SOL F41608-97-R-43612 DUE 012397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Flores, H. L./lpkah/[210]925-6385 DESC: Repair and overhaul of Compressor Air Ducts, NSN 2840-01-321-1692PT P/N 4076124-01/4078484-02, applicable for F100PW229 Engine. Quantity of 50 each, with delivery 30 days ARO after receipt of reparable. Anticipated award with a firm fixed quantity/price contract. Government furnished drawings and specifications are not available. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: United Technologies Corp, East Hartford Ct 06108-0968. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 13,22,23. CITE: (I-347 SN011416) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: J --SOFTWARE SOL F42650-97-T-6047 DUE 122796 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Rochelle Ombach/Pkos/[801]777-1330 DESC: Maintenance of LASAR software versions 5 & 6. Period of performance: 1 year Destn: Hill AFB Base UT Teradyne Inc developed version 6 LASAR, automatic test pattern generator, and holds proprietary rights to version 5 and version 6 LASAR software. They are the only company qualified to maintain and support their software. The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 27 Dec 96. Written procedure will be used for this solicitation. To: Teradyne Inc, Irvine CA. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-347 SN011439) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon Road Bldg 1585, Kelly Afb, Texas 78241-5318 SUBJECT: J --MAINT INDUSTRIAL WASTE COLLECTION SOL F41650-97-R-0004 DUE 021497 POC For copy, Fax request to PKOS at (210)925-8990, For additional information contact Harper, M./pkos/[210]925-6058 DESC: Non-Personal Service. SCOPE OF WORK. Maintenance - Industrial Waste Correction System. The contractor shall provide all personnel, supervision, equipment, tools, materials, repair parts, supplies and other items and services necessary to perform the Operations, Maintenance, Repair and Testing of the Industrial Waste Collection System (IWCS) at Kelly AFB TX, IAW Performance Work Statement. Period of Performance: One (1) basic year, plus (3) full option years. Award will be made using requirements for Technical Acceptance and Past Performance Trade-Off Technique (PPT). The anticipated award date will be 07 April 1997. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. Point of Contact: Mary Harper, SAALC/PKOS - (210) 925-4632, FAX (210) 925-8990, 1288 Growdon Rd, Bldg 1598, Kelly AFB TX 78241-5000. Respond by: 14 Feb 1997. CITE: (I-347 SN011461) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: J --SEREN DIT-MCO 9504/9500 ANALYZERS SOL F42650-96-T-8713 DUE 011597 POC For copy, Dave J. Hamson/Pkosa/[801]777-0195, For additional information contact Dave J. Hamson/Pkosa/[801]777-0195 DESC: Maintain/repair seren DIT-MCO 9504/9500 analyzers. Delivery: 97 Sep 30 Destn: Hill AFB UT 84056 Only known source for repair. The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 24 Jan 97. Oral procedure will be used for this solicitation. To: DIT-MCO Internation Corp, Kansas City MO 64130. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-347 SN011500) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J --REPAIR OF DEROLL ACTUATOR SOL F09603-97-Q-81632 DUE 013097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Christine Clark/Lykd/[912]926-7083 DESC: This requirement is to obtain one-time repair coverage for the AN/AAQ- 14 deroll-actuator, NSN: 1270-01-356-2583, part number 2W9-210B, qty - 14 each. The required delivery is 30 days ARO or reparable whichever is later. This requirement is sole source to MPC Products (19710) in Skokie, IL. FAX: 912-926-7572 The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 17 FEB 97. Written procedure will be used for this solicitation. To: Mpc Products Corp, Skokie Il 60077-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011534) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J --REPAIR OF AN/AAQ13/14 WIRING HARNES SOL F09603-97-Q-81648 DUE 013097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Christine Clark/Lykd/[912]926-7083 DESC: This requirement is to establish a fixed price requirements contract with a bsic period of one year and four options for repair wiring harnesses. The NSNs, part numbers, and Best Estimated Quanitites (BEQs) are as follows: NSN: 6150-01-319-0502, P/N: 717513223-001, BEQ: 18 ea, NSN: 6150-01-391-4748, P/N: 717513223-002, BEQ: 4 ea, NSN: 6150-01-319- 0503, P/N: 717513224-001, 19 ea, NSN: 6150-01-319-1740, P/N: 717513224-002, BEQ: 4 ea, NSN: 5995-01-289-5093AY, P/N: 717612920-004, BEQ: 1 ea, NSN: 5995-01-320-0799, P/N: 717612215-12, BEQ: 1 ea, NSN: 5995-01-320-0800, P/N: 717612215, BEQ: 6 ea, NSN: 6150-01-290-2930, P/N: 717513455-004, BEQ: 1 ea. The requirement is the same for foreign military sales except the BEQs are 1 ea. The required delivery is 30 days after receipt of order or reparable whichever is later. This requirement is sole source to Tri-Tech Electronic, the original manufacturer. fax: 912-926-7572 The approximate issue/response date will be 30 Dec 96. To: Tri-Tech Electronic, Orlando Fl 32817-4151. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26, 22. CITE: (I-347 SN011535) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: J --RPR ELEC COUNTER MEASURE & BOMB SOL F34650-96-Q-0274 DUE 020497 POC For copy, Marilyn Hayden/Pkoes/[405]739-3514, For additional information contact Marilyn Hayden/Pkoes/[405]739-3514 DESC: Services Non-personal: Contractor is to provide all labor, tools, equipment, parts, material, transportation, and incidentals necessary to repair the Electronic Counter Measure (FCM) and Bob Navigation System (BNS) in the Radome Test Facility, B/3507, Tinker AFB, OK in accordance with the Performance Work Statement. Estimated date of award is 27 Dec 96. For solicitation package, FAX request to Marilyn Hayden at (405)739-7421 or write: OC-ALC/PKOES, 7858 5th St Ste 1, Tinker AFB OK 73145- 9106. The approximate issue/response date will be 11 Dec 96. The anticipated award date will be 27 DEC 96. Written procedure will be used for this solicitation. To: Scientific-Atlanta, Inc, Atlanta Ga 30340-4266. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. CITE: (I-347 SN011571) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: J --REPAIR OF AN/GSM-373 TESTER SOL F41608-97-29559 DUE 013197 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Zatopek, D./ldkac/[210]925-6534 DESC: One year Interim Contract Support repair services for the AN/GSM-373 Benchtop Reconfigurable Automatic Tester System hardware (NSN 4920-01-282- 4191DQ). BEQ for on-site repair is 3 ea. On-site repair at various AF sites government furnished drawings and specifications are not available The approximate issue/response date will be 01 Jan 97. To: Advanced Testing Technologies Inc, Hauppauge Ny 11788 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011572) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon Road Bldg 1585, Kelly Afb, Texas 78241-5318 SUBJECT: J --AUTOMATIC IMAGING SYSTEM SOL F41650-97-T-2357 DUE 011797 POC For copy, Fax request to PKOS at (210)925-8990, For additional information contact Andretti, David/Pkos/[210]925-4620 DESC: Non-Personal Service: Sr System Analyst for Watermark Software to design, develop, test and implement a commercial, off the shelf "Automated Imaging System". The purpose of the system is to facilitate the automation of information retrieval throughout the TI Division. (Stock Nr: R79901L62560200 -Automated Imaging System). No telephone requests. Only written or FAXED requests received directly from the requestor are acceptable. Point of Contact: David Andretti, SAALC/PKOS, 1288 Growdon Rd, Bldg 1598, Kelly AFB TX 78241-5000, Phone: (210) 925-4620, FAX (210) 925- 8990 or 6505. Respond by: 17 Jan 1997. CITE: (I-347 SN011585) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon Road Bldg 1585, Kelly Afb, Texas 78241-5318 SUBJECT: J --CINCINNATI CYLINDRICAL GRNDR SOL F41650-97-T-2438 DUE 012497 POC For copy, Fax request to PKOS at (210)925-8990, For additional information contact Andretti, David/Pkos/[210]925-4620 DESC: Non-Personal Service: One time Repair/Calibration of Cincinnati Cylindrical Grinder, Model DE as defined by Performance Work Statement. (Stock No. 3415 00 914 2052). No telephone requests. Only written or FAXED requests received directly from the requestor are acceptable. Point of Contact: David Andretti, SAALC/PKOS, 1288 Growdon Rd, Bldg 1598, Kelly AFB TX 78241-5000, Telephone: (210) 925-5620 FAX (210) 925- 8990 or 6505. Respond by 24 Jan 1997. CITE: (I-347 SN011586) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: J --INDUSTRIAL DIESEL ENGINE/COMPONENTS SOL F41608-96-R-0188 DUE 121396 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Rhea, C./ldkj/[210]925-8845 DESC: A draft solicitation was issued on 21 Nov 96 for industry comments concerning the award of multiple task order contracts for the repair, overhaul and/or modification of industrial diesel engines (FSC 2815) and related components (FSC 2910,2920,2930,2950 and 2990). A presolicitation conference scheduled for 13 Dec 96 has been delayed til 08 Jan 97 at Kelly AFB Texas to discuss the draft solicitation and industry comments. RSVP by 03 Jan 97. For copy of draft solicitation or request for attendence at presolicitation conference contact Clinton Rhea, SA-ALC-LDKJ, 500 Perrin Road, Suite 208, Kelly AFB TX Phone 210-925-8881/FAX 210-925-1058/e-mail crhea@sadis05.kelly.af.mil Government Technical Orders are available for review The approximate issue/response date will be 25 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011592) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: J --ACTUATOR SOL F41608-97-R-0031 DUE 022897 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Young, W. 2lt/Ldkte/[210]925-8975 DESC: This synopsis hereby cancels synopsis F41608-96-R-23637. This requirement is for essential repair and functional test as necessary to restore 1680 ERRC T items to a serviceable condition. Contract will be firm-fixed price. Requirements type contract for depot overflow will have one basic year and four one-year options. Item 0001, BEQ 50 Ea, NSN 1680- 01-045-9097, P/N 160D117254-1, Actuator, T.O.'s 8D1-4-42-3, 8D1-4-42-3-S-1, 8D1-4-42-3-S-2, Appl: A-10; Item 0002, BEQ 50 Ea, NSN 1680-01-043-6531, P/N 1590T100-7, Actuator, T.O.'s 8D1-4-42-3, 8D1-4-42-3-S-1, 8D1-4-42-3-S-2, Appl: A-10. Government owned T.O. specifications are available. Requirement is for depot overflow. Government owned T.O. specifications are available. The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. CITE: (I-347 SN011603) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: J --REPAIR & OVERHAUL SOL F41608-97-R-43761 DUE 013197 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Zucker, E./lpkah/[210]925-6385 DESC: Repair & Overhaul of F100 ILC Stators, Stages 6 thru 13. We intend to award a Firm Fixed Price Requirements Type Contract with a Basic One Year Period and 2 One-Year Option Periods. "Offerors must comply with all conditions and provisions regarding use of O.E.M. Approved suppliers for Raw Materials, detail parts/components, and critical processes as was stated and incorporated in original source approval packages. Any deviations/substitutions must be specifically approved, in writing. By the cognizant Engineering office at the San Antonio Air Logistics Center (LPFE), Kelly AFB, Texas 78241-5000. Deliveries will be 400 each month after receipt of order or reparables whichever. Government Furnished Drawings and Specifications are not available. The approximate issue/response date will be 01 Jan 97. To: United Technologies Corp, Windsor Locks Ct 06096-1010. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 23, 26. CITE: (I-347 SN011618) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J --HARDWARE MAINTENANCE & UPGRADE SPT SOL F04699-96-R-0207 DUE 012497 POC For copy, contact the info office indicated., For additional information contact Baustian.R9l/Pkosa/[916]643-5272 DESC: It is the Government's intention to enter into a sole source procurement with Semi Custom Logic Inc, 555 North Mathilda Ave., Suite 118, Sunnyvale CA 94586 for hardware and maintenance services necessary for continued operation of Semiconductor Wafer Post-processing System. On site support is required. This acquisition is subject to the Service Contract Act. The contractor shall furnish all personnel, equipment tools, materials and transportation necessary to provide the required support identified in the Statement of Work. Anticipated period of performance is from date of award to 30 Sep 97. For a copy of subject RFP, fax written requests to Linda Baustian at (916)643-0203. The approximate issue/response date will be 24 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 days) after the date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman, Allen Taylor at 916-643-5209 if your concerns are not satisfied by the contracting officer. (Do not call this number to request copies of solicitations. See Note (s) 12 22. CITE: (I-347 SN011681) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102 SUBJECT: J -- J DRYDOCK REPAIRS-USCGC JEFFERSON ISLAND(WPB-1340) AND BAINBRIDGE ISLAND (WPB-1343) SOL DTCG80-97-B-3FA754 DUE 020697 POC Contact Mr. Barat Beachle, Contract Specialist (757) 628-4652 DESC: Provide all labor, material and equipment necessary to perform routine Drydock Vessel Maintenance including, but not limited to the following Minimum Items: 1) Renew Hawse Pipe, 2) Renew Quick-Acting Watertight Doors, 3) Remove Inspect and Reinstall Propeller Shafts, 4) Remove and Reinstall Propellers, 5)Renew Water Lubricated Propeller Shaft Bearings, 6) Overhaul, Renew and Test Valves, 7) Inspect and Overhaul Duplex Sea Strainers, 8) Remove and Reinstall Rudders, 9) Renew Overhead Discharges, 10) Renew Rudder Bearings, 11) Upgrade HALON 1301 Extinguishing System, 12) Overhaul Stabilizing Fins, 13) Preserve the Transducer Hull Rings and Renew the Depth Indicating Transducers, 14) Clean and Inspect Diesel Fuel and Waste Oil Tanks, 15) Renew Lower Fin Stock Bearing, 16) Hydroblast Sewage and Grey Water System Piping, 17) Prepare and Prime Weather Deck Surfaces, 18) Preserve Underwater Body, 19) Preserve Freeboard (JEFFERSON only), 20) Routine Drydocking, 21) Provide Temporary Logistics, etc. Indefinite Items Include: Welding Repairs, Provide Temporary Messing, Provide Temporary Berthing, Ultrasonic Testing, Renew Cathodic Anode, etc. Vessel homeports are S. Portland, ME for the JEFFERSON ISLAND and Sandy Hook, NJ for the BAINBRIDGE ISLAND. The JEFFERSON ISLAND is scheduled for 31 Mar 97 and the BAINBRIDGE ISLAND is scheduled for 23 Jun 97; both availabilities to be 42 days each. Place of performance is unrestricted. There will be a non-refundable charge required in the form of a certified check or money order in the amount of $100.00 for requested U.S. Coast Guard specification referenced drawings. Plans and specifications will be issued on or after 08 January 1997. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short term working capital and bonding assistance for transportation-related contracts. Loans are available under DOT Short Term Lending Program (STLP) at prime interest rates up to $500,00 per contract to provide accounts receiving 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-347 SN011696) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, Acquisition & Materiel Management Service, (90G), PO Box 5003., Bay Pines, FL. 33744 SUBJECT: J -- MAINTENANCE ON KYOCERA LASER PRINTERS SOL 516-038-97 DUE 013097 POC Contracting Officer, Luz A. Santana, (813) 398-9337 DESC: Provide annual maintenance on Kyocera Laser Printers at the VA Medical Center, Bay Pines, FL 33744, for the period of one year from date of award. Solicitation available on or about December 31, 1996. Only written or faxed requests (813) 398-9536 for the solicitation will be accepted. This is a 100% Total Small Business Set-Aside. CITE: (I-347 SN011709) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: National Institutes of Health; Office of Purchasing and Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville, MD 20892-7058 SUBJECT: J -- MAINTENANCE AGREEMENT FOR ULTRASOUND IMAGING EQUIPMENT SOL 263-97-Q-(LW)-0063 DUE 010696 POC Contact Point: Purchasing Agent, Gail Akinbinu on 301-496-3704. DESC: The NIH intends to issue a purchase order, on a sole source basis, for the purchase of a maintenance agreement for two (2) Acuson XP10 ultrasound imaging systems. The equipment , parts and servicing is covered only by Acuson computed sonography, and is therefore the only source capable of meeting the necessary maintenance requirements. However, any vendor wishing to submit an offer should contact Gail Akinbinu, Purchasing Agent, 301-496-3704 at the above address. All bids must be received by close of business 1/6/97. CITE: (I-347 SN011733) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: J -- MAINTENANCE, REPAIR & REBUILDING OF EQUIPMENT SOL F4163696Q2863 & F4163696Q2864 DUE 121896 POC Cathy E Garcia (210)671-1759 DESC: This is to amend previous presolicitation notice which went out on 18 Nov 96. The deadline for the receipt of bids is to be changed from 122596 to 121896. EMAIL GarciaC@lakgate1.lak.aetc.af.mil EMAILDESC: CITE: (W-347 SN011741) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: K -- PIONEER UAV AIRCRAFT MODIFICATION TO INCORPORATE REPLACEMENT ENGINE SOL N/A POC Contact, Christopher A. Rumsey, Phone (703)604-0903 DESC: The Naval Air Systems Command intends to issue an order under Basic Ordering Agreement N00019-95-G-0203 with Pioneer UAV, Inc., Hunt Valley, MD for the supplies and services necessary to integrate, test and provide engine change kits for the Pioneer Unmanned Aerial Vehicle (UAV). Pioneer UAV, Inc. is a joint venture between AAI Corporation, Hunt Valley, MD and IAI Malat, Tel Aviv, Israel. AAI and IAI are the sole designers, developers and suppliers of the Pioneer UAV system. Therefore, Pioneer UAV, Inc. is the only firm possessing the requisite technical expertise and data to satisfy this requirement. This synopsis is issued for information purposes only. See note No. 22 - NAVAIR Synopsis No. 40119-96. CITE: (I-347 SN011255) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: K -- PIONEER UAV AIRCRAFT MODIFICATION TO INCORPORATE REPLACEMENT ENGINE SOL N/A POC Contact, Christopher A. Rumsey, Phone (703)604-0903 DESC: The Naval Air Systems Command intends to issue an order under Basic Ordering Agreement N00019-95-G-0203 with Pioneer UAV, Inc., Hunt Valley, MD for the supplies and services necessary to integrate, test and provide engine change kits for the Pioneer Unmanned Aerial Vehicle (UAV). Pioneer UAV, Inc. is a joint venture between AAI Corporation, Hunt Valley, MD and IAI Malat, Tel Aviv, Israel. AAI and IAI are the sole designers, developers and suppliers of the Pioneer UAV system. Therefore, Pioneer UAV, Inc. is the only firm possessing the requisite technical expertise and data to satisfy this requirement. This synopsis is issued for information purposes only. See note No. 22 - NAVAIR Synopsis No. 40119-96. CITE: (I-347 SN011256) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: K -- INCORPOR OF IMPROVED VIDEO RETRANSMISSION CAPABILITY ECP SOL N/A POC Contact, Dwight Michael, Phone (703)604-0903 DESC: The Naval Air Systems Command intends to issue a delivery order under Basic Ordering Agreement N00019-95-G-0203 with Pioneer UAV, Inc., Hunt Valley, MD for the supplies and services necessary for the incorporation of an engineering change for improved video re-transmission capability in the Pioneer Ground Control Station. Pioneer UAV, Inc. is a joint venture between AAI Corporation, Hunt Valley, MD and Israeli Aircraft Industries (IAI), Tel Aviv, Israel. AAI and IAI are developers and sole suppliers of Pioneer equipment. Therefore, Pioneer UAV, Inc. is the only firm currently possessing the requisite technical expertise and data to incorporate the afore-mentioned engineering change. See note No. 22 - NAVAIR Synopsis No. 40115-96. CITE: (I-347 SN011258) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100 SUBJECT: K -- REFRIGERANTS CONVERSION OF TEST CHAMBERS SOL N00178-97-Q-0091 DUE 012497 POC Merle J. Dixon, Purchasing Agent (540) 653-7858. DESC: The Government intends to convert a basic quantity of three temperature and humidity (T&H) chambers: Russells Technical Products, M/N RWD-677-(2)-60C, 1 each; Russells Technical Products, M/N RD-64-25-25, 1 each; and Russells Technical Products, M/N RWD-677-(2)-60C, 1 each, from the use of CFC refrigerants to the new environmentally safe/compatible refrigerants. Refrigerants shall be replaced with AZ50 HFC R-507 and R-23 HFC, SULVA-95 HFC. The contractor shall replace all filter dryers, high efficiency valve plates, oil separator and install synthetic oil in the high and low stage compressors. The contractor shall modify the R13 refrigerant injection expansion circuits as required. Follow-up operation and inspection of the systems by the contractor shall be required to ensure proper operation. The contractor shall dispose of hazardous waste products and all mineral oils in accordance with current environmental guidelines. Requestors shall be certified by EPA to service equipment containing Class 1 Ozone depleting substances, and equipment used for removal must be EPA certified by the temperature and humidity chamber manufacturers. Contractor shall comply with OPNAVINST.5090.1B, Chapter 6. Place of performance shall be the Naval Surface Warfare Center, Dahlgren, VA. The anticipated duration of the purchase order shall be from date of award through 30 April 1997. This procurement will be processed under the Simplified Acquisition Procedures. Written quotations shall be issued. Requests for quotes shall be requested in writing or via fax (540) 643-6812 to NSWCDD, Attn: Merle J. Dixon, Code SD18, 17320 Dahlgren Road, Dahlgren, VA 22448. Reference quotation number N00178-97-Q-0091. Anticipated award shall be two (2) weeks after the closing date of the Request for Quotation. All responsible sources may submit a bid which shall be considered by NSWCDD. The SIC 1711 which applies to this procurement identifies a Small business as one having annual average gross revenue for the last three (3) fiscal years of no more than 7 million dollars. Numbered note 1 applies. CITE: (I-347 SN011713) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Ryszard Wisniewski, Ministry of Posts and Telecommunications, European Integration Unit, Pl. Malachowskiego 2, 00-940 Warsaw, Poland, Tel: (48-22) 27 83 27, Fax: (48-22) 26 71 76 SUBJECT: L--POLISH NATIONAL INFORMATION INFRASTRUCTURE STRATEGY AND PILOT PROJECT SOL N/A POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C. 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009 DESC: Poland's Ministry of Posts and Telecommunications ("the Ministry") invites submission of Prequalification Statements from interested U.S. firms which are qualified on the basis of experience and capability to develop a strategy for the development of a Polish National Information Infrastructure. Based upon the Prequalification Statements, the Ministry will develop a short list of qualified firms which will be invited in writing to submit a formal Technical Proposal to carry out the study. The Government of Poland is interested in developing a National Information Infrastructure ("NII") strategy. This NII strategy will develop the framework for an open, competitive market where private sector operators can provide electronic commerce and services for government, business, education, health, and research. The objective of the project is to establish a National Information Infrastructure strategy for deployment in Poland, and to spur the NII's implementation by funding a pilot project based on the recommendations of the consultants performing the strategy study. The strategy will also develop specific project recommendations and the tender documents for interactive multimedia, rural access to the NII, Value Added Network Service (VANs) operators, and internet service providers (ISPs). One or more of these components of the NII would be implemented as a single pilot project. The Ministry is responsible for promoting and licensing ISPs and VANs and providing the policy and regulatory framework that allows them to contribute to the NII. The U.S. Trade and Development Agency (TDA) has approved a U.S. $389,000 Grant to fund a feasibility study to develop the NII strategy and to implement the pilot project. The feasibility study will be divided into two phases. Phase A (which is the subject of this CBD announcement) will be a consultancy to prepare the NII strategy and will be funded by $189,000 of the TDA Grant. Phase B will be the implementation of the pilot project valued at approximately $400,000. Phase B will be funded by $200,000 of the TDA Grant. All remaining costs of Phase B, estimated at $200,000, are to be provided by the U.S. firm selected as contractor. The Phase A consultant will develop the Phase B Terms of Reference and assist the Ministry in conducting a competitive procurement to select a firm to perform Phase B. Notice of the Phase B procurement will be published in the Commerce Business Daily. The Ministry will enter into a separate contract with the firm selected to implement Phase B and the Ministry will become the owner at the completion of Phase B of all equipment purchased for its implementation. A detailed Request for Proposals (RFP) for Phase A, which includes the requirements for submission of the Prequalification Statements and the Technical Proposal, the Phase A Terms of Reference, and a background definitional mission report is available from TDA, at Room 309, SA-16, Washington, D.C. 20523-1621. Requests for the RFP should be faxed to the IRC, TDA at 703-875-4009. In the fax, please include your firm's name, contact person, address, and telephone number. Please check your internal fax verification receipt. Because of the large number of RFP requests, TDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00pm will be mailed the same day. Requests received after 4:00pm will be mailed the following day. Please check with your courier and/or mail room before calling TDA. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want TDA to use an overnight delivery service (e.g. Federal Express) should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to TDA to retrieve the RFP should allow one hour after faxing the request to TDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Only U.S. firms and individuals may bid on this TDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the TDA-financed activity, must continue to meet such requirements throughout the duration of the TDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from host country for up to 20 percent of the TDA grant amount. Details of TDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Prequalification Statements as outlined in the RFP in English directly to the Ministry in Poland by January 8, 1997. Evaluation criteria for the Prequalification Statements and the Technical Proposals are included in the RFP. Price will NOT be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Ministry reserves the right to reject any and/or all Prequalification Statements or Technical Proposals. The Ministry also reserves the right to contract with the selected firm for subsequent work related to the project. The Ministry is not bound to pay for any costs associated with the preparation and submission of Proposals. CITE: (I-346 SN011071) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2106, Washington, DC 20536 SUBJECT: M -- BASE OPERATING SUPPORT SERVICES SOL HQ-97-03 DUE 122096 POC Jean M. Werner, (202) 305-2130 and Ms. Andrea K. Grimsley, Contracting Officer, (202) 514-3420. DESC: The Immigration and Naturalization Services anticipates issuing RFP HQ-97-03 on or about December 30, 1996. The RPF is to solicit a contract for comprehensive base operating support services at the INS Satellite Training Facility in Charleston, South Carolina. The RFP requires a contractor to provide labor, equipment, transportation, administrative support, training and supplies necessary to ensure competent and efficient performance of services at the facility. This procurement is set-aside for Small Business Concerns, has a SIC Code of 8744 and a Size Standard of $20 million dollars average annual gross receipts over a three year period. INS anticipates proposals will be due on or about February 6, 1997. Section C of the RFP is subdivided into eight functional areas: Janitorial Services; Dormitory Management; Food Service; Security Services; Facilities Maintenance and Repair; Grounds Maintenance; Physical Training/Recreation and Student Support Services. Although the responsibilities in each functional area are relatively standard for that area, the area of Physical Training/Recreation and Student Support Services are somewhat unique. For example, in the area of Physical Training/Recreation, the contractor shall provide services which involve distribution, maintenance, cleaning and sewing of uniforms and accessories as well as inspecting, cleaning and disinfecting of all training and recreation equipment. Student Support Services applies to student programs and activities which include but are not limited to, transportation, audio/visual and computer labs; post office; bottled water service; motor pool support; issuing of practical exercise equipment; rangemaster services; firing range pick; gas house range services, roleplayers, overseeing warehouse operations and providing mail/messenger, delivery and other various ancillary support services to the INS Training Facility. The Contractor shall be responsible for all bonds, fees and insurance involved or related to the handling, issuing, inventory control and range maintenance of weapons and ammunition as part of the range master services for this contract. A Pre-Proposal Conference is "tentatively" scheduled for January 16th or 17th. All questions regarding the RFP shall be submitted, in writing, prior to the conference. The Government will make award to the Contractor whose offer represents the "best value" to the Government. For more information on the Statement of Work, interested vendors may access the INS Internet Homepage. Using the address www.usdoj.gov/ins, click on "Procurement Notices." INS is offering three different methods to obtaim a copy of the RFP: (1) A "Printed Copy" may be obtained by submitting an "Intent to Offer" Form and a Business or Certified Check in the amount of $15.00, made payable to the U.S. Treasury to the address shown above ATTN: Jean M. Werner, Room 2106. Check should be mailed no later than 10 days prior to the tentative issuance of the RFP; (2) Submit a formatted 3-1/2" diskette and self-addressed mailer to the address shown above (ATTN: Jean M. Werner, Room 2106). A copy of Microsoft Word 6.0 will be placed on your diskette and mailed the date the RFP is issued; (3) Access the Internet, address: www.usdoj.gov/ins on or before the date of issuance. The RFP will be downloaded the date of issuance. The "Pre-solicitation notice," currently loaded on this web site, will be be replaced by the RFP. IMPORTANT NOTICE: It is imperative all interested vendors complete an "Intent to Offer" Form it they wish to be placed on the Official Bidders Mailing List. This is the only way the vendor can be assured receipt of notices, amendments, etc pertaining to this RFP. For additional information on how to place your name on the Bidders Mailing List, receive a copy of the RFP or receive the "Intent to Offer" Form, please contact Ms. Werner or Ms. Grimsley, phone numbers shown above. Facsimilie requests should be transmitted to the attention of Ms. Jean Werner at (202) 514-3353. CITE: (I-347 SN011237) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation 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: N -- INSTALL GOVERNMENT FURNISHED "J-BAR" DAVIT MAN OVERBOARD RECOVERY STATION SOL DTCG80-97-Q-3FAC20 DUE 123096 POC Contact Sk1 V. Dedeaux, Purchasing Agent (757) 628-4662 DESC: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included into this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. This is a request for quotation (RFQ) number DTCG80-97-Q-3FAC20. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 90-42. The standard industrial classification code is 7692 and the size standard is $5.0. The following is a description or the listed services: 1. Contractor to provide all labor, material, and services to install government furnished "J-Bar" Davit Man Overboard Recovery Station in accordance with specifications and drawings. All materials listed on Drawing 905 WMEC 611-004's list of material is provided as government furnished equipment. All work is to be accomplished at vessel's home port. These are the following vessel's: USCGC ESCANABA (WMEC-907), 427 COMMERCIAL STREET, BOSTON, MA 02109 Performance Period is 13-17 JAN1997, USCGC TAHOMA (WMEC-908), STATE PIER, NEW BEDFORD, MA 02740 Performance Period is 03-08 MAR1997, and USCGC SPENCER (WMEC-905) 427 COMMERCIAL STREET, BOSTON, MA 02109 Performance Period 16-20 JUN1997. 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 solicitation: 52.219-6 Notice of Total Small Business Set-Aside, 52.222-41 Service Contract Act of 1965, as amended. Offers are due on 30 December 1996 1200, Commander (vpl-3) MLCLANT 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 Attn: SK1 Valeri Dedeaux. For information and copies of Specifications call (757)628-4662. CITE: (I-347 SN011697) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: vamc (660), 500 foothill blvd, slc, utah 84148 SUBJECT: P -- PROVIDE INDUSTRIAL HYGIENE (IH) SERVICES SOL 660-04-97 DUE 012997 POC ms. stevison, contract specialist, (801)584-1243 DESC: (SIC 8711) Provide IH services for various areas of the VAMC on a unit price contract for PIH, CIH monitoring and samples to include (PCM) Phase Contrast Microscopy, (PLM) Polarized Light Microscopy and (TEM) Transmission Electron Microscopy. Require services on an "On Call" basis with required two hour emergency response time. Base year from date of award to Sept 30, 1997 with option years one through four. If you would like a copy of the invitation for bid fax request to (801) 584-2506, on or before December 30, 1997. Issue of invitation for bid on or about Jan 3, 1997. CITE: (I-347 SN011273) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: P --PROVIDE OUTPATIENT SOCIAL WORK SOL F09650-97-Q-0244 DUE 013197 POC For copy, WR-ALC/PKOC, For additional information contact James Bozeman/Pkos/[912]926-9287 DESC: Provide outpatient social work health care services for government beneficiaries, early intervention program for developementally delayed infants, toddlers, and their families. Fax Number: 912-926-3590. The approximate issue/response date will be 01 Jan 97. The anticipated award date will be 20 Jan 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011625) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, FCI Schuylkill, P.O. Box 700, Minersville, Pa. 17954 SUBJECT: Q--DENTAL TECH SOL RFQ 252-0031-7 DUE 012997 POC Lori Rarig, (717) 544-7311, Contracting Officer. DESC: The Federal Bureau of Prisons is requesting non-personal services for a Dental Tech. The solicitation packages will be available on December 30, 1996 with an anticipated bid opening on or about January 29, 1997. The successful bidder will be responsible for Dental Tech. services being professional in nature, as provided in the method as considered normal in the local community. They will be responsible for dental impressions, pouring and trimming casts, constructing impressions trays, fabricating base plates and wax bite rims, minor prosthetic repairs and polishing, sending and receiving laboratory cases, performing laboratory infection control procedures, and general dental assistant duties as necessary. Services are requested for a six hour session five days a week. The successful bidder must have completed the necessary training required in a Vocational Technical School, on the Job training under the supervision of a licensed dentist or from a credited school. The resulting contract will be a one year contract, starting Date of Award through September 30, 1997. Additionally, the successful bidder will be required to pass a background investigation. The acquisition is a 100% set-aside for small business concerns. All requests for this solicitation can be addressed to: FCI Schuylkill, P.O. Box 700, Minersville, PA 17954, Attn: Lori Rarig. All responsible sources may submit a bid which will be considered by the agency. CITE: (M-347 SN011189) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, FCI Schuylkill, P.O. Box 700, Minersville, Pa. 17954 SUBJECT: Q--DENTAL HYGIENIST SOL RFQ 252-0030-7 DUE 012997 POC Lori Rarig, (717) 544-7311, Contracting Officer. DESC: The Federal Bureau of Prisons is requesting non-personal services for a Dental Hygienist. The solicitation packages will be available on December 30, 1996 with an anticipated bid opening on or about January 29, 1997. The successful bidder will be responsible for Dental Hygienist services being professional in nature, as provided in the method as considered normal in the local community. They will be responsible for taking impressions pouring casts, cleaning, x-rays, applying fluorides, oral hygiene instructions to inmates, removal of sutures, place and removal of dressings, etc. to inmate patients. Services are requested for a six hour day two days a week. The successful bidder must have a minimum of 2 years college, equivalent to an associate degree in applied science. The resulting contract will be a one year contract, starting Date of Award through September 30, 1997. Additionally, the successful bidder will be required to pass a background investigation. This acquisition is a 100% set-aside for small business concerns. All requests for this solicitation can be addressed to: FCI Schuylkill, P.O. Box 700, Minersville, PA 17954, Attn: Lori Rarig. All responsible sources may submit a bid which will be considered by the agency. CITE: (M-347 SN011216) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, Regional Contracting Office, 3600 Spurr Road, Quarters 14, Lexington, Kentucky 40511 SUBJECT: Q -- IN-PATIENT AND OUT-PATIENT MEDICAL SERVICES SOL 138-0180 DUE 021097 POC Melvin L. Gardner, Regional Contract Specialist, (606) 253-8889, Fax (606) 253-8882. DESC: The Federal Bureau of Prisons seeks to make a single award contract to the responsible offeror for the provision of Inpatient/ Outpatient Medical Services to inmates located at the United States Penitentiary in Terre Haute, IN. The offeror shall make available on a non-discriminatory basis, all necessary hospital inpatient/ outpatient services, inpatient/outpatient physician services, and outpatient institution services as proposed on an as needed basis. Such services shall be provided in a manner consistent with the medical needs of the institution while maintaining applicable standards of quality and cost-effective care. Offeror(s) are encouraged to submit an all inclusive proposal agreeing to provide Inpatient/Outpatient Hospital Service, Inpatient/Outpatient Physician Srvices, and Outpatient Institution Services. Offeror(s) may propose subcontracting agreements with other providers in order to cover those items which are beyond their in-house expertise. Inpatient/Outpatient Hospital Services shall include, but not limited to the following: hospital inpatient rooms, meals, medical supplies, pharmaceuticals, outpatient procedures at the contactor's facility, and other ancillary services. The offeror(s) shall provide comprehensive Inpatient/Outpatient Physician Services in the following areas, but is not limited to the following: Ophthalmolog, Orthopedics,, Dermatology, Otorhinolarngology, Nephrology, Gastroenteroloy, Pathology, Annesthesiolgy, Psychiatry, Cardiology, Urology, General Surgery, Radiology, Infectious Disease, Endocrinoloy, Geriatrics, Internal Medicine, Chemotherapy, Cardiovascular Surgery, Detoxification, Pulmonary Medicine, Outpatient Physical Therapy, Radiation Therapy, Oral Surgery, Drug Abuse Therapy, Laboratory Services, Professional Services, Dialysis, Obsterics and Gynecology, Neurology, Vascular Surgery, Nuclear Medicine, Plastic and Reconstructive Surgery, and Neurosurgery. The contractor shall also provide the following Outpatient Institution Services at the United States Penitentiary in Terre Haute, IN: Orthopedic Surgeon, Optometrist, Dermatologist, Cardiologist, Psychiatrist, Urologist, Physical Therapist, Internist, General Surgeon, Ophthalmologist, Neurologist, Oral Surgeon, Ear/Nose and Throat (ENT) Specialist, and Audiologist. This will be a firm fixed- price requirements contract, with a base period from date of award through twelve months, with the possibility of four (4) one-year option periods for renewal. The estimated quantities for these periods are as follows: Base Year (award thorugh twelve month period), estimated inpatient days 350, estimated outpatient visits 2392, estimated outpatient institution services sessions (1 hour per session) 832; Option Year One (thirteen months through twenty-four months), estimated inpatient days 350, estimated outpatient visits 2392, estimated outpatient institution services (1 hour per session) 832; Option Year Two (twenty-five months through thirty-six months), estimated inpatient days 350, estimated outpatient visits 2392, estimated outpatient instituion services (1 hour per session) 832; Option Year Three (thirty-seven month through forty-eight months), estimated inpatient days 350, estimated outpatient visits 2392, estimated outpatient institution services (1 hour per session) 832; Option Year Four (forty-nine months to sixty months), estimated inpatient days 350, estimated outpatient visits 2392, estimated outpatient institution services (1 hour per session) 832. All requests for copies of Request for Proposal 138-0180, must be submitted in writing to: Melvin L. Gardner, Reg. Contract Specialist, Federal Bureau of Prisons, Regional Contracting Office, 3600 Spurr Road, Quarters 14, Lexington,KY 40511. Fax requests may also be submitted to the attention of the contracting officer listed above at (606) 253-8882. No telephone requests will be accepted. The estimated solicitation issue date is 01/06/97, with and estimated offer receipt date of 02/10/97. This requirement is not set-asside and is considered non-restrictive. All responsible sources submitting an offer will be given consideration. CITE: (I-347 SN011232) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 -- Q NURSE PRACTITIONER SERVICES SOL DTCG84-97-R-3KB956 DUE 012297 POC Contact Xiomarys Vargas, Contract Specialist/Marie A. Gilliam, Contracting Officer at (957) 628-4118. DESC: Correction: This action originally publicized in the CBD dated 12/4/96 for non-personal Nurse Practitioner services is hereby corrected to add the following location: U. S. Coast Guard Clinic, Support Center, New Orleans, Louisiana. For information concerning the acquisition, contact the contracting official listed above or fax your request to (757) 628-4134. Any correspondence concerning this acquisition shall reference Request For Proposal (RFP) Number DTCG84-97-R-3KB956. NOTE: Prospective offerors may make an offer for one or both of the stated locations. This solicitation may result in multiple awards. CITE: (I-347 SN011687) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 -- Q NURSE PRACTITIONER SERVICES SOL DTCG84-97-R-3KB956 DUE 012297 POC Contact Xiomarys Vargas, Contract Specialist/Marie A. Gilliam, Contracting Officer at (957) 628-4118. DESC: Correction: This action originally publicized in the CBD dated 12/4/96 for non-personal Nurse Practitioner services is hereby corrected to add the following location: U. S. Coast Guard Clinic, Support Center, New Orleans, Louisiana. For information concerning the acquisition, contact the contracting official listed above or fax your request to (757) 628-4134. Any correspondence concerning this acquisition shall reference Request For Proposal (RFP) Number DTCG84-97-R-3KB956. NOTE: Prospective offerors may make an offer for one or both of the stated locations. This solicitation may result in multiple awards. CITE: (I-347 SN011691) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: NIH, OPM, 6120 Executive Blvd, Rockville, MD 20892-7260 SUBJECT: Q -- RESPIRATORY THERAPY AND PHYSIOLOGICAL MONITORING SERVICES SOL 263-97-P(LJ)-0007 POC Ann Argaman, Contract Specialist, 301-496-6254, Patrick Williams, Contracting Officer, 301-496-2501. DESC: The Clinical Center at the National Institutes of Health (NIH) has a need for a contractor to provide respiratory care and physiological monitoring services to provide patient care in the 500+ bed hospital for a base contract period of twelve (12) months with options to extend the term of services for four (4) additional twelve (12) month periods. These services are considered to be commericial services. The following history is provided for reference purposes only: Respiratory care and physiological monitoring services for patients in the NIH Clinical Center have been provided by contract since 1987. From 1987 through 1991 the Respiratory Section/Physiological Monitoring Section had a history of 64,200 procedures per year in the two sections. 56% of the procedures were provided for critical care patients and 44% was for general care patients. 68% of the care was provided during the day shift and 32% of the services were provided by night shift. During the last four years the total number of procedures were approximately 57,000 per year. The services provided via contract included comprehensive respiratory care treatments, cardiopulmondary resuscitation, chest physiotherapy, and mechanical ventialtion; a full range of physiological monitoring inclusive of hemodynamic monitoring, procedure assistance, and monitoring system maintenance. The last several years have included a full range of echocardiography and limited electroencephalogram services during off hours. The personnel providing these services have formal education with a minimum of one year experience and are licensed practitioners in the state of Maryland. They also have credentials from the National Board of Respiratory Care (NBRC) as certified or registered respiratory care practitioners (RCPs). Day shift has a minimum staffing of three therapists and one supervisor. The night shift has two therapists and one supervisor. The Section provides regular weekly medical training reviewing respiratory care and hemodynamic monitoring education to their staff. The competence of each therapist is verified via written testing and demonstration of skills quarterly to assure maintenance of clinical skills of all RCPs providing patient care. They also provide training to the Clincial Center's nursing staff, both critical care and general care nurses. This Section participates in and is a major coordinator in the weekly techical training provided for all Clinical Center therapists for continuing medical education which yields continuing respiratory care education units (CRCEs) which are required for maintaining state licensure. An ongoing QA program utilizing CQI and JCAHO standards has been established in this Section. The Section has maintained this program exceeding all standards and serving as a role model for other sections of the Department. Monthly reports are generated on Quality Assurance, training and attendance, and patient care activities. The Government provides all equipment and supplies to the Section for all Clinical Services with the exception of computers for administrative work. An estimated 20-25 personnel will be required. A PRE-PROPOSAL CONFERENCE HAS BEEN SCHEDULED FOR TUESDAY, JANUARY 14, 1997 AT 12:30 P.M. AT THE NATIONAL INSTITUTES OF HEALTH, WARREN GRANT MAGNUSEN CLINICAL CENTER, BUILDING 10, MEDICAL BOARD ROOM 2C116, 9000 ROCKVILLE PIKE, BETHESDA, MARYLAND. ALL QUESTIONS SHOULD BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICE AT THE ABOVE ADDRESS OR FAXED TO 301-402-2431. Interested firms should submit their requests for the solicitation in writing to the above address. CITE: (I-347 SN011710) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: NIH, OPM, 6120 Executive Blvd, Rockville, MD 20892-7260 SUBJECT: Q -- RESPIRATORY THERAPY AND PHYSIOLOGICAL MONITORING SERVICES SOL 263-97-P(LJ)-0007 POC Ann Argaman, Contract Specialist, 301-496-6254, Patrick Williams, Contracting Officer, 301-496-2501. DESC: The Clinical Center at the National Institutes of Health (NIH) has a need for a contractor to provide respiratory care and physiological monitoring services to provide patient care in the 500+ bed hospital for a base contract period of twelve (12) months with options to extend the term of services for four (4) additional twelve (12) month periods. These services are considered to be commericial services. The following history is provided for reference purposes only: Respiratory care and physiological monitoring services for patients in the NIH Clinical Center have been provided by contract since 1987. From 1987 through 1991 the Respiratory Section/Physiological Monitoring Section had a history of 64,200 procedures per year in the two sections. 56% of the procedures were provided for critical care patients and 44% was for general care patients. 68% of the care was provided during the day shift and 32% of the services were provided by night shift. During the last four years the total number of procedures were approximately 57,000 per year. The services provided via contract included comprehensive respiratory care treatments, cardiopulmondary resuscitation, chest physiotherapy, and mechanical ventialtion; a full range of physiological monitoring inclusive of hemodynamic monitoring, procedure assistance, and monitoring system maintenance. The last several years have included a full range of echocardiography and limited electroencephalogram services during off hours. The personnel providing these services have formal education with a minimum of one year experience and are licensed practitioners in the state of Maryland. They also have credentials from the National Board of Respiratory Care (NBRC) as certified or registered respiratory care practitioners (RCPs). Day shift has a minimum staffing of three therapists and one supervisor. The night shift has two therapists and one supervisor. The Section provides regular weekly medical training reviewing respiratory care and hemodynamic monitoring education to their staff. The competence of each therapist is verified via written testing and demonstration of skills quarterly to assure maintenance of clinical skills of all RCPs providing patient care. They also provide training to the Clincial Center's nursing staff, both critical care and general care nurses. This Section participates in and is a major coordinator in the weekly techical training provided for all Clinical Center therapists for continuing medical education which yields continuing respiratory care education units (CRCEs) which are required for maintaining state licensure. An ongoing QA program utilizing CQI and JCAHO standards has been established in this Section. The Section has maintained this program exceeding all standards and serving as a role model for other sections of the Department. Monthly reports are generated on Quality Assurance, training and attendance, and patient care activities. The Government provides all equipment and supplies to the Section for all Clinical Services with the exception of computers for administrative work. An estimated 25-30 personnel will be required. The Solicitation will be issued on or about 15 days after publication of this notice, with closing date for proposals 30 days after issue date. A PRE-PROPOSAL CONFERENCE HAS BEEN SCHEDULED FOR TUESDAY, JANUARY 14, 1997 AT 12:30 P.M. AT THE NATIONAL INSTITUTES OF HEALTH, WARREN GRANT MAGNUSEN CLINICAL CENTER, BUILDING 10, MEDICAL BOARD ROOM 2C116, 9000 ROCKVILLE PIKE, BETHESDA, MARYLAND. ALL QUESTIONS SHOULD BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICE AT THE ABOVE ADDRESS OR FAXED TO 301-402-2431. Interested firms should submit their requests for the solicitation in writing to the above address. CITE: (I-347 SN011711) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Library of Congress, Contracts & Logistics Services, 1701 Brightseat Road, Landover, MD 20785-3799 SUBJECT: R -- FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER MODIFICATION SOL ACFA/IA POC Charles Wilson, Contract Specialist. DESC: The Library of Congress intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with Information Access Company for the continued use and access of their database by U.S. Army Van Noy Library, Fort Belvoir, VA. This subscription is for their InfoTrac databses which include: Academic Index, Business Index, Company Profile, F&S Index Plus text, General Business File, Government Publication Index, General Periodicals Index, Health Index, Investext, Legal TRAC, Magazine Index/Plus, National Newspapers Index, etc. Service will be continued through September 30, 1997. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. NO AWARD WILL BE BASED ON ANY OFFER OR PROPOSAL RECEIVED IN RESPONSE TO THIS NOTICE. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: ACFA/IA. CITE: (I-347 SN011240) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 11 CONS/LGCV, 500 Duncan Ave., Room 250, Bolling AFB, DC 20332-0305 SUBJECT: R--PROFESSIONAL MEMBERSHIP QUALITY MANAGEMENT PROGRAM SOL F49642-97R0254 POC Ms. Barbara Giannini, Contract Specialist, (202) 767-7877, or Ms. Vicki Person, Contracting Officer, (202) 767-7875. DESC: The 11th Contracting Squadron (11 CONS/LGCV) intends to negotiate on a sole source basis with Council for Continuous Improvement a fixed price type contract for 1 basic year and 4 option years. This intent is based on FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements", 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1). See Numbered Note 22. CITE: (M-347 SN011310) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816 SUBJECT: R --ENGINEERING SERVICES SOL F42610-97-R-20112 DUE 012897 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Eng Services/Mods/Lmke/[801]777-5666 DESC: The Government intends to establish a new line item for Trainer support on the Boeing contract, F42610-96-C-0043. Item 0001 Engineering/Technical Services IAW the SOW. Estimated MM 50.8 Work to be performed at Ogden. Delivery: Award through Sep 97. To include all required reports and data. The approximate issue/response date will be 27 Dec 96. To: Boeing Aerospace & Electronics, Seattle WA 98124-2499. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-347 SN011495) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Wr-Alc/Lfk, 296 Cochran St, Robins Air Force Base Ga 31098-1622 SUBJECT: R --CONSTRUCTION SERVICES SOL F09603-97-Q-21245 DUE 013197 POC For copy, WR-ALC/PKXOC include mfg code, For additional information contact Robert C Hawthorne/Lfka/912-926-0798 DESC: This solicitation, F09603-97-21245, is for construction services for the replacement of the uninstalled engine test facility sun shelter located at Kkab Khamis. Fax number 912-926-7544. The approximate issue/response date will be 01 Jan 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious 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. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. Offers in response to solicitations under ten million dollars may be evaluated using the competition for performance program as follows: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and Past performance factors as detailed in the solicitation. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). CITE: (I-347 SN011621) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: R -- PROJECT EXECUTION TECHNICAL RESOURCES ONLINE FOR CORPS OF ENGINEERS, OMAHA DISTRICT SOL DACA45-97-R-0016 DUE 020797 POC CONTRACT SPECIALIST: Buzz Dethlefs (402) 221-3124. Plans and specifications can be ordered by fax at (402) 221-4530. DESC: The US Army Corps Of Engineers, Omaha District requires the services of a firm for support of the Project Execution Technical Resources On-line (PETRO), a technical information management services component of the USACE, Omaha District (CEMRO). PETRO fulfills four primary service functions for CEMRO clients and technical data users: 1. A Project Execution hub which facilitates the management, control, and evaluation of complex environmental field programs. 2. A Data Server providing the infrastructure through which CEMRO clients have access to technical data in accordance with specific user needs. 3. A geographic information system (GIS) which promotes technical data analysis through the combination of spatial data objects and tabular attribute data. 4. A provider of software tools that connect with the spatial and tabular data sets on PETRO. The services addressed by the solicitation will be used by CEMRO to support the internal activities of PETRO and those of its Government customers. To support DOD major commands and other Federal agencies, work may be required both within Omaha District boundaries and throughout the US. Services will consist of, but not necessarily be limited to, the following: 1. Design and implementation of training programs regarding PETRO resources and the associated COTS-software targeted for CEMRO technical staff, contractors, or Air Force installation customers. 2. Evaluation, cataloguing, and maintenance, and distribution of new and existing spatial data sets to PETRO users. 3. Tracking, evaluation, analysis and processing of technical data generated by environmental field projects, including IRPIMS and other deliverables received from various sources for inclusion in the PETRO data server. 4. Supporting the automation of project execution processes through PETRO resources. 5. Specific GIS or database services requested by PETRO users, including customized data exports or conversions, installation and configuration of PETRO tools/connectivity at client sites, programming of new features on PETRO software to meet evolving user requirements, integration of multiple data sources for decision support, computer modeling of the sources and environmental fate of hazardous and toxic materials. 6. Development or revision of strategic planning documents, software user manuals, standard operating procedures for new PETRO services or products. 7. Operation and maintenance, including system, database, and data administration functions, of an ORACLE RDBMS on SUN workstations linked to the internet for external access. 8. Maintenance of the PETRO web page and staffing of the PETRO Response Line during regular business hours. The contract will have a basic contract period of 365 calendar days after award with four option years (options to be exercised at the discretion of the Government). The contract, inclusive of all options, will not exceed $3 million. Since the firm selected will review and evaluate work products from AE contractors, it is necessary that the firm be able to work in a conflict-of-interest free position with regards to such tasks. A technical and cost proposal will be required. Evaluation by the Government will result in selection of the firm that represents the most advantageous offer to the Government based on technical merit, relevant experience, price/cost, and other pertinent factors. The SIC code for this acquisition is 8999 with a size standard of $3.5 million. THIS SOLICITATION IS RESTRICTED TO SMALL BUSINESS PARTICIPATION. There is no charge for the solicitation, however only one set is available per offeror. The solicitation will be mailed out on or about 07 JAN 97 with a due date of 07 FEB 97. Requests may be submitted by mail or by FAX no later than 14 days prior to the proposal due date and must reference RFP No. DACA45-97-R-0016. Firms are requested to provide their name, street and mailing address, telephone, and fax number. SPECIAL NOTES: All responders are advised that this requirement may be canceled or revised at any time during the solicitation, selection evaluation, and/or final award structure. Questions regarding ordering and proposing documents should be made to: 402/221-4266 or FAX No. 402/221-4530. Telephone calls regarding small business matters should be made to Mr. Hubert J. Carter, Jr. at 402/221-4110. Questions regarding submission of proposals shall be made to Mr. Buzz Dethlefs at 402/221-3124. CITE: (I-347 SN011690) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245- SUBJECT: R -- PROGRAM EXECUTIVE OFFICE - SPACE AND COMMUNICATIONS SENSORS SUPPORT SERVICES (CAAS) SOL N00039-97-R-0051(Q) POC Tom Kruza, 02-21, 703-602-0854. DESC: Synopsis No. 13. The Space and Naval Warfare Systems Command intends to solicit a one (1) year Contracted Advisory and Assistance Services (CAAS) contract with up to four (4) option years, to perform engineering, technical review and analysis, general program management, and test and evaluation services for the Program Executive Office - Space, Communications and Sensors (PEO-SCS). The contract will require interface with the PEO-SCS matrix staff organization and all program offices under the PEO-SCS including, but not limited to, the Communications Satellite Programs Office (PMW 146), the Advanced Tactical Data Link Systems Program Office (PMW-159), and the Multifunctional Information Distribution System (MIDS) Program Office (PMW-101) and the MILSATCOM Joint Terminal Program Office (MJTPO). The main programs requiring support include, but are not limited to, UHF Follow-On Satellite (UFO), Joint Tactical Information Distribution System (JTIDS/LINK 16/TADIL), Command and Control Processor (C2P), Link 11 Improvement Program (LEIP), NATO Improved Link Eleven (NILE), MIDS and the Submarine Laser Communication Satellite (SLCSAT) Advanced Development Program. Multiple firm-fixed-price, Indefinite Delivery, Indefinite Quantity task order contracts are anticipated which will provide for technical services in support of the above described programs. It is contemplated that the first year of performance will have a requirement for 240,000 man hours of support effort with four (4) follow-on option years, each having an additional 240,000 man hours of effort. The Standard Industrial Classification (SIC) is 8711. Potential offerors must possess a TOP SECRET facility clearance at time of award. The Final RFP will be transmitted through the SPAWARSYSCOM Bulletin Board System (SPAWAR BBS), which can be accessed by calling (703)602-9494, or via the internet at URL http://spawarbbs.spawar.navy.mil. The SPAWAR BBS (non-internet) operates at 14,400 BAUD with a setting of 8:N:1. To download the Final RFP, the prospective offerors will need, at a minimum, PC or MAC, with modem emulation software that supports VT100 or ANSI standing, a modem that operates between 300 bps - 14.4K bps (for non-internet access), and 0.6 MEG of free disk space. Prospective offerors are required to supply the name and address of their company and the Point of Contacts' name and phone number on the on-line questionnaire in order to be placed on the RFP Bidder's List. The Final RFP file name will be PEOOMNI.ZIP, and will consist of files in WordPerfect 6.0 and Microsoft Word 6.0, and Microsoft Access 2.0 formats, compressed by shareware program, PKZ204G.EXE. The SPAWAR BBS will be available 24 hours a day, seven days a week. However, as the demand may be heavy, it may be necessary to call repeatedly or during non-business hours. If any assistance is needed regarding use of the SPAWAR BBS, please contact Mark Gurganus at (703)602-1842. Written or electronic requests, to the contract specialist or contracting officer listed below, for an electronic or hard copy of the Final RFP will be honored. If the request is in writing, two formatted, high density, 3 1/2 inch diskettes must accompany the request. Offerors may also bring two formatted high density, 3 1/2 inch diskettes to the Contractor Liaison Branch, Space and Naval Warfare Systems Command, 2451 Crystal Park Drive, CPK 5, Room 201, Arlington, VA 22245-5200, between the hours of 7:00am and 3:00pm, Mon- Fri, in order to obtain an electronic copy of the Final RFP. The Final RFP will be available no earlier than 15 days from the date of this synopsis. A Conference of Prospective Offerors will be held approximately three weeks after release of the Final RFP. Details regarding the Conference of Prospective Offerors will announced via the SPAWAR BBS. The file name for the Conference of Prospective Offerors will be PEOPRE.ZIP. This synopsis is not a promise by the Government to pay for information received in response to the RFP. Inquiries regarding this synopsis should be addressed to Mr. Tom Kruza, Contract Specialist at (703)602-0854 (electronic mail kruzat@smtp-gw.spawar.navy.mil) or by fax at (703) 602-7367. In the event Mr. Kruza cannot be reached, contact Ms. Kelly Hough, Contract Specialist at (703)602-0762 (electronic mail houghk@ smtp-gw.spawar.navy.mil), or by fax at (703)602-7367. All responsible sources may submit a bid, proposal or quotation. Release of this RFP is planned for December 1996. See Numbered Note(s): 1. CITE: (I-347 SN011699) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Office of Justice Programs, Contracts Branch, Room 542 633 Indiana Avenue, N.W., Washington, DC 20531 SUBJECT: R -- "OPERATION OF THE OJP HELP DESK" SOL OJP-93-C-005 POC Carrie F. Causey, Contracting Officer (202) 616-1901. DESC: The Office of Justice Programs (OJP) intends to negotiate a Supplemental Agreement under Contract OJP-93-C-005 with CEXEC, Inc., 8618 Westwood Center Drive, Vienna, Virginia 22182. The contract will be extended for twelve months to continue "Operation of the OJP Help Desk." This Supplemental Agreement will be negotiated under the authority of 41 U.S.C. 253(c)(1) -- Only One Responsible Source with Unique Capabilities. This is not a request for proposals. Any interested firms may submit their technical capabilities. See Note 22. CITE: (I-347 SN011706) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R -- FOH TRANSITION SOL HRSA-BPHC-97-H0718A DUE 123196 POC Alexandra B. Garcia DESC: The purpose of this procurement is to provide consultation services regarding the feasibility and desirability of converting FOH to a non-appropriated fund instrumentality and provide technical assistance in the utilization of the new authority to award personal service contracts, which requires analysis of the statutory and regulatory environment; develop policy and procedural guidance for FOH staff. The contractor shall provide written reports; followed by oral briefing and discussion with FOH officials; edit report; provide relevant portions of the legislation, regulations, or directives associated with personal services contracts and/or converting FOH to a NAFI; participate in FOH, HRSA, and/or Departmental meeting. The period of performance is one year. According to the Simplified Acquisition Procedures in Part 13 of the Federal Acquisition Regulations, the Health Resources and Services Administration intends to negotiate on a sole source basis with Mr. Donald Hirsch, 2842 Belair Drive, Bowie, MD 20715-2156. Mr. Hirsch is deemed the only responsible source capable of providing the required work and services. A Justification for Other than Full and Open Competition is on file. The award shall be made using simplified acquisition procedures. See Note(s): 22. CITE: (I-347 SN011730) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: R -- ENGINEERING AND TECHNICAL SERVICE IN SUPPORT OF THE SURFACE SHIP TORPEDO DEFENSE'S (SSTD) LAUNCHED EXPENDABLE ACOUSTICS DEVICE EAD) SPECIAL VEHICLE PROJECT SOL N/A POC Diane Morris, Contract Administrator, (904)235-5386 Wayne A. Brewer, Contracting Officer, (904)234-4859. DESC: The Coastal Systems Station, Dahlgren Division has awarded a sole source contract to Pacer Infotec, Inc., 7104 Laird St. Panama City, FL 32407 for Engineering and Technical Services. The award was synopsized on 09/01/96 for $613,014.00. This modification is to increase the award amount to $1,113,014.00. This is due to an increase in the workload of special vehicles, the LEAD project and the adaptation of Rapid Airborne Mine Clearance System (RAMICS) to the SSTD program. No solicitation will be issued. CITE: (I-347 SN011732) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Immigration and Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2208, Washington, DC 20536 SUBJECT: R -- ADMINISTRATIVE SUPPORT SERVICES - CUBAN LOTTERY SOL N/A POC Joseph Garforth, 202/514-3630. DESC: Administrative Support Services - Cuban Lottery. POC Joseph Garforth, Contracting Officer, Immigration & Naturalization Service, 425 I St. N.W., Room 2208, Washington, DC 20536. This notice is for SOURCES SOUGHT for comments and a NOTICE OF AN IFB, NO OTHER NOTICE WILL BE ISSUED. The Immigration and Naturalization Service (INS) invites industry comments on the proposed approach for the acquisition of administrative support services for the Special Cuban Migration Program (SCMP). The SCMP is also known as the Cuban lottery. A draft solicitation will be issued in December /January, for industry comments. All comments or questions concerning the draft must be received in this office no later that 15 calendar days after the release of this draft. The INS will not respond in writing to comments received, nor will it release any comments to industry. The INS will not incur any liability for nor will it pay any cost incurred in, responding to this request for comments. This draft may be requested in writing only either by fax or by letter. No telephone inquiries or request will be accepted. Direct letter inquiries to Joseph Garforth, Contracting Officer, Immigration and Naturalization Service, 425 I St., N.W., Room 2208, Washington, DC 20536. Direct fax inquiries to Joseph Garforth 202-514-3353. The final solicitation is expected to be issued February/March, 1997. All bids must be received by this office no later than 30 days after the release of the IFB. Only written request for the final solicitation will be accepted, either by fax or letter, same address and fax number as above. CITE: (I-347 SN011236) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: S--JANITORIAL SERVICES, MARINE CORPS RESERVE TRAINING CENTER, CHARLESTON, SC SOL N62467-97-Q-0654 DUE 020697 POC No telephone orders for the specification can be accepted. To order solicitation package, request must be in writing and received by 27 Dec 96 at Southern Division, Naval Facilities Engineering Command, P.O. Box 190010, North Charleston, SC 29419-9010, Attention: Code 0231-DAR. Contact point, Debby Raposa (803) 820-5686 DESC: The Contractor shall provide all labor, transportation, equippment, materials supplies and supervision and management necessary to provide janitorial services at the Marine Corps Reserve Training Center, Chalreston, SC. A site visit is strongly recommended. The small business size standard of $12,000,000.00. CITE: (I-346 SN011090) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350 SUBJECT: S--INTRUSION ALARM MONITORING AND MAINTENANCE SOL Solicitation No. 03-3K47-97 DUE 012197 POC Contact Donna Hardy, Procurement Analyst, (301) 504-5073, FAX (301) 504-5009 DESC: Supply 24 hour monitoring and maintenance services for Intrusion Alarm Systems located in various buildings at the Beltsville Agricultural Research Center, Beltsville, Maryland. RFQ wil be available on or about December 31, 1996, BY WRITTEN REQUEST ONLY. This solicitation is 100% set aside for small businesses. The applicable SIC Code for this project is 7382 with a Small Business Standard of $9.0 millon dollars. A site visit will be conducted on January 7, 1997 at 2:00 p.m. Interested parties should meet at the Department of Agriculture, Beltsville, Maryland in front of Building 186, BARC-East. CITE: (W-347 SN011183) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: S -- FLOOR REFINISHING SERVICES SOL N00406-97-R-4035 DUE 020197 POC K. Palmer DESC: Annual requirement for wood floor refinishing services in support of various naval activities, including naval submarine base bangor, naval undersea warfare center keyport, naval ordinence center port hadlock (indian island), puget sound naval shipyard, naval station everett, naval air station whidbey island and naval hospital bremerton, for a base year period of performance with three one-year option periods. services include sanding, sealing, and applying court lines and finish coats to gym, racquetball and wallyball courts, as well as to various building and multi-purpose room flooring. inspect and accept at destination. this is a 100% small business set-aside. notes 1 and 26 apply. all responsible 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-347 SN011264) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: S -- LANDSCAPE MAINTENANCE AT PINE BLUFF ARSENAL, ARKANSAS SOL DAAA03-97-R-0018 DUE 012397 POC Larry Crane, Contract Specialist, 501/540-3842. DESC: Pine Bluff Rsenal, Arkansas has a requirement for a contractor to provide all labor and equipment to provide annual landscape maintenacne on site at Pine Bluff Arsenal. Scope of work includes the performance of annual maintenance of landscape plantings consisting of trees, shrubs, planting beds, and planters on the Pine Bluff Arsenal. Work includes inspection for disease and insect infestations, weeding, mulching, seasonal renovation of flower beds and planters, fertilizing, watering, pruning and the replacement of dead and dying plants. Proposed contract is contemplated to consist of the base year and four annual renewal options. Proposed acquisition will be 100% set-aside for small business concerns. The SIC Code for this action is 0781 and the small business size shall be in writing to the issuing office or by facsimile to (501) 540-4090. See Numbered Note(s): 1. CITE: (I-347 SN011270) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: S--SERVICES TO PROVIDE PEST CONTROL AT CONSTRUCTION BATTALION CENTER, PORT HUENEME, CA SOL N47408-96-R-6358 DUE 020397 POC Contract Specialist, JIM DOBBIN, 805-982-5103 DESC: Provide pest control services to furnish all labor, supervision, management, tools, materials, chemicals, equipment, and transportation necessary in accordance with specification requirements. Work effort includes the performance of interior nuisance structural, and flying insect pest control services; inspection and tenting of structures; treatment of drywood and subterranean termites; exterior pest control including treatment of mosquito, stinging insects, nuisance pests and flies, trapping of birds snakes, and wild animals; picking up and disposing of deceased birds and animals; animal control services to capture domesticated and feral dogs and cats, and to transport them to the county animal shelter; computer generation of chemical use reports, service call work, miscellaneous pest control services, and incidental work as described in the specification. The contract will be for a period of one year, with our one year options. The requiring activity is the Construction Battalion Center,Public Works Department, Port Hueneme, California. Anticipate award of a Firm Fixed Price Indefinite Quantity contract. This procurement is a 100 percent Small Business Set-Aide. The Standard Industrial Code (SIC) is 7342 and Small Business size is $5 Million average gross income for the last current three years. RFP will be issued on or about February 3, 1996 with an estimated closing date of March 3, 1996. REQUESTS FOR COPIES OF SOLICITATION MUST BE IN WRITING ON COMPANY LETTERHEAD STATIONARY. NO TELEPHONE REQUESTS WILL BE ACCEPTED. CITE: (I-347 SN011330) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: S--LINEN/LAUNDRY SERVICES SOL DECA01-97-T-0169 DUE 012497 POC Contract Specialist Cindy Hische (804) 734-8654 (Site Code DECA01) DESC: Furnish all personnel, equipment, services, supplies to perform rental/exchange of linen/laundry services for the C.W. Price Commissary located at Granite City, Illinois. The weekly requirements are set forth as follows: 55 butcher coats, 100 butcheraprons, 25 dairy coats, 85 cashier's coats/smocks, 20 blue grocery aprons, 12 green produce aprons, 2 3' x 4' mats, 10 3'x 12' mats and 10 mops. These are maximum requirements and the weekly usage may vary but will not exceed these amounts. Base period wil be 1 Mar 97 through 28 Feb 98 with an additional option for one year (1 Mar 98 through 28 Feb 99). The Standard Industrial Classification is 7213 and the business size standard is 7.5 million. The business size must be indicated on each request for the RFQ. This RFQ will be issued on or about 6 Jan 97 with a tentative closing date of 24 Jan 97. Written quotations will be used in awarding a contract. The anticipated ward date is February 3, 1997. Submit quote to Defense Commissary Agency, Acquisition Business Unit (OC/RAVS), 1300 E Avenue, Fort Lee, Virginia CITE: (I-347 SN011334) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH AVENUE, FORT MCCOY WI 54656-5153 SUBJECT: S--CUSTODIAL, USARC, INKSTER, MI SOL DAKF61-97-Q-0029 DUE 012197 POC Purchasing Agent Sherry L. Middleton (608) 388-4517 Sandra J. Drecktrah, Contracting Officer 608-388-2703 (Site Code WPC0NT) DESC: NPS: Provide all labor, materials, tools, equipment, and perform all work required for Custodial Services at USARC, Inkster, MI. Performance period is 1 Mar 97 - 28 Feb 98 with a one-year option period for 1 Mar 98 thru 28 Feb 99. Anticipated issue dte of 27 Dec 96 and due date of 21 Jan 97. Magnitude of project is betwee $25,000 and $100,000. Requests for this Request for Quotation (RFQ) must be in writing referencing the RFQ # and the City, State of the service location. Request must be accompanied y a non-refundable certified check, cashier's check, or money order payable to the US Treasury in the the amount of $8.00 per package. NO company, personal, registered checks or cash accepted. All responsible sources may submit a quotation which if timely received, shall be considered. Small CITE: (I-347 SN011335) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), Acquisition Management Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 SUBJECT: T -- FILM PLOTTING SERVICES SOL 52-DGNC-7-90036 POC Donald L. Moses DESC: The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Mapping and Charting Division (MCD), has a requirement for film plotting services. NOS compiles and prints nautical charts for the United States. Printing is done by using the offset lithographic technique and aluminum printing plates which are exposed from full-sized photographic film of the nautical charts. However, the method of preparing the full-sized photographic film for the new editions of the charts is being changed. Rather than manually painting out old information and engraving new information on existing film, computer raster files of nautical charts are being edited electronically with new films plotted for each new edition. Presently, the Government plots edited raster files with a Scitex ELP R280 system on LP7 Kodak film. The Government requires film plotting services to support the changed method of production. It is anticipated that a Request for Proposal (RFP) will be issued in December 1996. The RFP will be made available upon written request. See RFP for receipt of proposal due date. Written requests for the RFP should be submitted to Donald L. Moses at the address above. Telephone requests will not be honored. CITE: (I-347 SN011134) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: DIRECTORATE OF CONTRACTING, BLDG 2174 13 1/2 ST, FORT CAMPBELL KY 42223-5358 SUBJECT: U--MILITARY OCCUPATIONAL IMPROVEMENT TRAINING (MOSIT) SOL DAKF23-97-B-0003 DUE 021497 POC CONTRACT SPECIALIST MAJ JAMES E. SIMPSON (502) 798-7825 CONTRACTING OFFICER BARBARA K. DAWSON (502) 798-7857 (Site Code DAKF23) DESC: Correction: This action originally published in the CBD dated November 29, 1996. That portion which reads "this acquisition is UNRESTRICTED" is CITE: (I-347 SN011342) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225 SUBJECT: U--PINE KNOT DISPENSING OPTICIAN PROGRAM SOL RFP R2-96-115 DUE 020397 POC Contact M. Whalon, 303-275-5260, Contracting Officer Sharon K. Miner DESC: Dispensing Optician Program. Provide instructor to teach the Dispensing Optician Program and to assist in placement for program graduates on the Pine Knot Job Corps Center. This includes all supervision, labor, transportation of Contractor's personnel and incidentals, other than those provided by the Government, necessary to successfully provide the Dispensing Optician Program. This solicitation consists of a base year plus four (4) possible option years. The project is located at the Pine Knot Civilian Conservation Center, U.S. Highway 27, Pine Knot, Kentucky. All responsible sources may submit an offer which will be considered. CITE: (I-347 SN011700) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: U -- ACADEMIC SKILLS INSTRUCTOR PROGRAM SOL N00140-97-R-0102 POC Karen West, Contract Negotiator, (215)697-9657. DESC: The Fleet and Industrial Supply Center (FISC) Norfolk Detachment Philadelphia, PA intends to procure educational services on a full and open competitive basis for the Academic Skills Instructor Program (ASIP) at areas surrounding and including up to thirty-seven (37) military base sites around the world for the Naval Education and Training Professional Development and Technology Center (NETPDTC) Pensacola, Pensacola, FL. The primary objective of the requirement is to provide access to sailors for improving their academic skills through the use of instructors in a standard classroom or self-paced instructional environment. The ASIP will provide a total estimated number of 1,266 academic skills courses in English, mathematics and reading. The ASIP will encompass skills from the elementary through high school level and shall advance the student from the level at which he or she is pretested toward a goal of mastery of academic skills equivalent to high school completion. Services are estimated to commence on 01 April 1997 and continue through 30 September 1997 with provisions for four (4) one-year option periods. It is intended to award a Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity type contract for these services. The solicitation will require the submissions of technical, price and past performance proposals. Evaluation for award will consider technical acceptability, past performance and price factors. The Standard Industrial Classification Number is 8299. See Numbered Note 26. Copies of the solicitation should be requested within 15 days of this synopsis from the address in paragraph 7 above, ATTN: Ms. Karolyn Allen, Code 0343C, FAX (215)697-9738 and should reference control number 97-0102. The Government WILL NOT PAY for information received. All responsible sources are encouraged to submit an offer in response to the solicitation which will be considered by the Navy. SYN 046. CITE: (I-347 SN011719) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: V -- MOTEL ACCOMMODATIONS-NEW LONDON, CT SOL N00102-97-Q-1377 DUE 010897 POC Victoria Cook at fax 207-438-1251.Copies of the solicitation will only be provided in response to written or faxed requests received directly from the requestor. Telephone requests will not be honored. 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 are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) N00102-97-Q-1377. The solicitation document and incorporated provisions and clauses are those in effect in Federal Acquisition Circular 90-32, Part 12. The associated standard industrial classification code is 7011. The small business size standard is $5,000,000.00. An estimated six lot(s) will be required in support of the SSN 755 for the following estimated dates: 01/13/97 through 04/30/97 to be located in New London, CT. An estimated total number of room days is 16,000. Estimated check out date will be 05/01/97. When ACTUAL rooming requirements are received a faxed copy will be sent to all interested, prospective contractors upon request. Requests can be faxed to 207-438-1251. SECTION C-Description/Specifications: Minimum size of room is 196 square feet, excluding the bathroom/facilities area; Room must provide "Quality of Life", sanitary, living conditions; Minimum furnishings are one double bed, two pillows, one blanket, one bedspread, one full dresser, one comfortable chair, closet or clothes hanging space, a table or desk suitable for writing, adequate lighting such as one large overhead light and a table lamp; Private bath with shower, tub, toilet and sink, a shelf/shelves for toiletries and continuous hot water. To be free of rust, cracks, etc. in the porcelain and the surrounding area. Ceiling must be free of damage (cracks, breaks, etc), anti-slip tub/mats; Clean carpeted room. To be free of insects, dirt, etc. To be shampooed atleast every 6 months or less and vacuumed by daily housekeeping services as required; Room must have a clean, sanitary odor; Color TV in operating condition; All rooms require independently controlled air conditioning/heat in good working order; All units must be securely attached to the wall, floor, etc., be clean, electrically safe and inspected on a regular basis. If it's a wall unit they should have no draft/gap in the surrounding area where it's installed. Door with chain lock or dead bolt which must be securely fastened to the wall/door frame, etc. Minimum change of linen twice a week, or upon each change of occupancy, whichever comes first; Daily towel (clean towels provided) and maid/housekeeping service (Rooms must be dusted on a regular basis or as needed); Twenty-four (24) hour telephone service with local calls free of charge; Daily mail service; Laundromat or laundry service available within a "reasonable" walking distance; Ice machine on premises in operating condition; Adequate, safe parking. Location of the motel must be within 12 miles traveling the main routes to the front entrance of the base; Check in time must be no later than 11:00 A.M.; Portsmouth employees are assigned one per room and afforded access to all hotel facilities as regular guests; Contract is sales tax exempt. Tax exempt number is 02-83-0038K; Term of contract in no way will be altered without concurrence of code 535.VC, Portsmouth Naval Shipyard, with appropriate modification to the contract; All rooms shall be essentially identical. No gratuities in the form of room upgrades will be permitted. If an overbooking by a hotel occurs, upgrades are allowed on a temporary basis; All rooms require a microwave and refrigerator; All rooms require a smoke detector and/or sprinkler system in operating condition. A current fire inspection certificate must be posted; All electrical outlets to be in place and firmly attached to the wall. Minimum of three grounded outlets and no use of extension cords to prevent hazardous safety/fire conditions; SECTION E-Inspection and Acceptance: Inspection and acceptance of the motel room will be done by the contract specialist/beach administrator (if required). SECTION G-Contract Administration Data: Invoices will be paid upon receipt. All motel contracts are Net 15 days. SECTION H-Special Contract Requirements: Invoices will be verified by the Code 338 Beach Administrator; Invoices shall be prepared and submitted in quadruplicate unless otherwise specified. Invoices shall contain the following information: contract number, invoice date, description of service, breakdown of the daily schedule (that is the date, number of rooms per day, price per room, amount for the individual day, payment terms and company name); The PNS administrator reserves the right to "sell back" rooms not being utilized by PNS personnel to the contracted motel. Otherwise the contracted motel CANNOT utilize these rooms with other customers other than PNS personnel if the government is paying for them; Do not invoice for additional rooms until modifications have been signed and returned to code 660. Invoices must match individual modifications; Invoices will be forwarded by the PNS administrator for payment to the Disbursing Officer, code 660, Portsmouth, NH 03804 and paid on a bimonthly basis. Vendor will maintain for 3 years after final payment, backup data to their invoices which will include on a daily basis: date, employees name and room number, number of contracted rooms not occupied with room number and total house occupancy. Portsmouth employees assigned to each motel are responsible for all expenses incurred beyond the scope of the contract, i.e., long distance phone calls, room service, damages, pets and dependents. Should the motel agree to provide additional services, the basis thereof and charges for such services are strictly between the motel and the PNS employee. Place of delivery and acceptance and FOB point is New London, CT. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Items: it is assumed that each contractor can accommodate only 1 lot unless otherwise stated. Award of each lot will be made to the Technically Acceptable Low Offeror; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with your offer; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies. Insert the following clauses: 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, 52.222-41 Service Contract Act of 1965, as Amended and 52.222-42 Statement of Equivalent Rates for Federal Hires. Please request a copy of the schedule when it becomes available by either US Mail from Portsmouth Naval Shipyard, Attn: Code 535.VC, Portsmouth, NH 03801-2590 or by faxing your request to 207-438-1251. Offers are due No Later Than 08 JAN 1997 at 3:30pm closing time at Portsmouth Naval Shipyard, Supply Dept/Purchase div, Bldg. 153, 6th floor, Code 535.VC, Portsmouth, NH 03801-2590. Point of Contact is Victoria Cook, Contract Specialist at 207-438-2386. CITE: (I-347 SN011315) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: 9 CONS/LGCC, 6500 B St., Rm 101, Beale AFB, CA 95903-1712 SUBJECT: V--PACKING, CONTAINERIZATION AND LOCAL DRAYAGE OF PERSONAL PROPERTY SHIPMENTS. SOL F04666-97-R0007 DUE 021097 POC Contact point: TSgt Bagley (916) 634-3305/Contracting Officer: Mr Mark San Miguel (916) 634-3370 DESC: Services non-personal: Contractor to furnish all labor, supervision, equipment, transportation and materials needed for packing, containerization and local drayage of personal property shipments. Requests for this solicitation must be submitted in writing or by FAX. FAX number is (916) 634-3311. Telephone requests will not be honored. This solicitation is 100 percent set aside for small business concerns. Contractors must cite business size on their written requests. EMAIL Doug.Leedy@bbs.beale.af.mil EMAILDESC: CITE: (W-347 SN011352) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: W--RENTAL OF CUTTERHEAD PIPELINE DREDGE & ATTENDANT PLANT FOR MAINTENANCE DREDGING OF BWT SOL DACW01-97-B-0016 DUE 020797 POC Contact Mrs. Karen Johnson, 334/690-2535; Contracting Officer, Mrs. Sue L. Speights (Site Code W31XNJ) DESC: Rental of a cutterhead pipeline dredge, attendant plant and crew for maintenance dredging of the upper and lower Black Warrior and Tombigbee River System (BWT) with possible assignment to the Alabama River system or the Tennessee-Tombigbee Waterway. he work will require dredging to depths of 13 feet or greater over channel widths of up to 200 feet, with greater width at certain locations, and pumping of material to disposal areas over distances as great as 8500 feet and lifts up to 70 feet. The characer of the material may range from fine silts to heavy sands and clays. The contract will be restricted to 20, 22, and 24 inch discharge diameter dredges with minimum horsepower of 2100, 2100 and 2400 respectively. Optional items of work are included in this project. Estimated cost of work is between $1,000,000.00 and $5,000,000.00. All responses should be directed to Ms. Karen Johnson. No telephone requests. Only writtn or faxed requests (334-694-4343), received directly from the requestor are acceptable. Refer to document number in request. Bid documents are available on or about 06 January 1997. No cost. Unrestricted. All responsible sources may submit a bid which shal be considered. CITE: (I-347 SN011331) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Electronic Systems Center, Operational Contracting Div., Construction Branch (PKOC), 104 Barksdale Street, Hanscom AFB, MA 01731-1806 SUBJECT: Y -- REPLACE ELEVATOR IN BUILDING 1107 SOL F19650-97B0004 DUE 012497 POC SrA Joseph Peloquin, Contract Specialist, 617-377-2369; Daniel Grejdus, Contracting Officer, 617-377-2949. DESC: The project consists of the replacement of an existing electric, cable operated elevator system in Building 1107 located on Hanscom AFB, Massachusetts. The capacity and speed of the system will be the same as the existing elevator. The car and entire system will be in accordance with the most recent life safety codes including issues of handicapped access. The items of work include, but are not limited to, the installation of new controls and car. There will be four optional bid items. The optional bid items will be for; 1. As-builts submitted in Microstation 5.0 CADD format, 2. A separate person to perform contractor quality control, 3. A new motor, and 4. New cables. The prime contractor must be an elevator installer that is certified by the state of Massachusetts and will be required to perform no less than thirty percent (30%) of the total contract with their own personnel. An exclusionary period will not be applied to the work. The magnitude of construction for the entire project is between $100,000 and $250,000. Firms interested in receiving an IFB package should respond in writing to: ESC/PKOC, 104 Barksdale St., Hanscom AFB, MA 01731-1806, Attn: SrA Joseph Peloquin. Requests may also be faxed to 617-377-4324. It is anticipated that the solicitation package will be released on or about 24 Dec 96. CITE: (I-346 SN011072) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Aviation Administration, 601 E. 12th St., ACE-55, Kansas City, MO 64106 SUBJECT: Y -- RENOVATION OF AUTOMATION WING FIRST FLOOR, ARTCC, OLATHE, KANSAS SOL DTFA09-97-R-27011 DUE 010997 POC Joseph A. York (816) 426-3106 Contracting Officer DESC: NOTICE OF SUBCONTRACTING OPPORTUNITIES. After evaluation of technical questionnaires that were submitted for the above construction, Request for Offers are being sent only to the following technically qualified general contractors: Arrowhead Contracting, Inc., Olathe, Kansas; Art Penner Construction, Merriam, Kansas; Barsto Construction Company, Kansas City, MO; Bob Degeorge Associates, Inc., Riverside, MO; Burns & McDonnell, Kansas City, MO; Hoffman Cortes Contracting Co., Kansas City, MO; KCMO Construction Services, Stilwell, KS; Orr Construction Management, Raytown, MO; United Excel Corp., Overland Park, KS and Walton Construction Company, Kansas City, MO. One copy will also be sent to the following Plan Rooms: Construction Market Data, Mission, Kansas and F.W. Dodge Co., Shawnee Mission, Kansas. If you are interested in sub-contracting opportunities, please contact one of the above mentioned companies or Plan Rooms. CITE: (I-346 SN011080) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Facilities Service Office, U.S. Postal; Service, 7800 N. Stemmons Frwy, Suite 400, Dallas, TX 75247-4217 SUBJECT: Y--NEW CONSTRUCTION LEASED--SOLICITATION FOR PROPOSALS TO CONSTRUCT AND LEASE WITH A CONTROLLED SITE SLAUGHTER, LA 77077-9998 SOL 482980-97-A-0056 DUE 010997 POC Harold Robbins, Real Estate Specialist, (214) 819-7209. DESC: Construction of a leased facility which will contain approximately 2,977 net interior square feet. The US Postal Service controls a site which is located on the south side of Highway 412, 810 feet west of the intersection at Centerline of I.C.R.R., Slaughter, East Feliciana Parish, LA. The successful offeror will be required to purchase the site in accordance with the terms and conditions specified in the Assignable Option to Purchase which is included in the solicitation package. Plans and specifications are available by sending a non-refundable cashier's check or money order in the amount of $25.00 for each package made payable to Disbursing Officer, U.S. Postal Service. CITE: (M-347 SN011188) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Y--FY-97; THREE BRAC PROJECTS AT PATRICK AFB, FL SOL DACA01-97-B-0014 DUE 021197 POC Contact Ms. Karen Johnson, 334/690-2535; Contracting Officer, Edward M. Slana (Site Code W31XNJ) DESC: This action previously published in the original CBD is modified as follows: Change Bid Opening date from - "19 December 1996" - to - "11 February 1997." Change Availability date from "19 November 1996" - to - "06 January 1997." Change Project Title o read: "FY-97, THREE BRAC PROJECTS, PATRICK AFB, FLORIDA." All other information publicized in the original synopsis is correct. CITE: (I-347 SN011332) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: Y--FIRE TRAINING FACILITIES, COLUMBUS AFB, & MISSISSIPPI TYNDALL AFB, FL SOL DACA01-97-B-0018 DUE 013097 POC Contact Ms. Karen Johnson, 334/690-2535; Contracting Officer, Edward M. Slana (Site Code W31XNJ) DESC: Construct at each location, a Fire Training Facility that includes a 100ft diameter, double lined, and environmentally acceptable fire training pit, a large frame aircraft mockup, two steel frame control stands, 15,000 gallon propane gas tank, pumps,piping, and storage system for gas and water, fencing, and access road. This solicitation includes bid options which may not be awarded. Critical Path Method (Network Analysis System) is not required. Bid Documents are available on or about 31 December 199. Cost of work is between $1,000,000 and $5,000,000. IMPORTANT: Interested bidders and Dodge/Plan Rooms must submit written requests in order to receive one (1) CD-ROM by either mailing a request to the above listed address or by faxing to Facsimile Telephone No. 334/694-4343; ATTN: Karen L. Johnson and Mary F. Browder. Telephonic requests will not be accepted. Requests for CD-ROM shall indicate in writing whetherfirm will bid as a Prime contractor or a Subcontractor. Firms physical address, telephone and facsimile numbers, and name of point of contact must also be provided to facilitate any overnight mailing required. Unrestricted. All responsible sources may submt a bid which shall be considered. CITE: (I-347 SN011333) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA Forest Service, Mt. Hood National Forest, 2955 NW Division Street, Gresham, OR 97030 SUBJECT: Y--CONSTRUCTION OF SISI LOOKOUT SOL SOL R6-6-97-002 DUE 020697 POC Contracting Section, 503/666-0621 DESC: This project is for the construction of a 50-foot high fire lookout on the Summit of SiSi Butte on the Mt. Hood National Forest. This site was previously occupied by a 40-foot high lookout tower which has been removed except for the buried concrete footings. Components of this project include: Excavation, compacted backfill, concrete footings, metal fabrications, propane piping, caulking, painting, roofing, glazing, heavy timber construction, carpentry, decking, guys, and lightning protection system. Desired Start Work Date is June 15, 1997. Recommended contract time is 100 calendar days. A Pre-Bid Meeting or tour is suggested. The Government's Estimate is between S100,000 and S250,000. CITE: (I-347 SN011708) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 SUBJECT: Y -- MAINTENANCE DREDGING AND DISPOSITION OF DREDGED MATERIAL FROM NAVIGATION CHANNEL PROJECTS WITHIN NEW YORK HARBOR CATEGORIZED UNACCEPTABLE FOR OCEAN DUMPING SOL DACW51-97-B-0006 DUE 020697 POC Ina J. Ohrwashel, Contract Specialist 212-264-0154. DESC: Project RFP for the Maintenance and Dredging and Disposition of Dredged Material from Multiple Navigation Channel Projects Within New York Harbor Cateogrized as Unacceptable for Ocean Dumping. The U.S. Army Corps of Engineers, New York District is soliciting proposals for the maintenance dredging and dredged material disposal for multiple projects within New York Harbor categorized as unacceptable for ocean dumping. The project involves dredging, to a maximum depth -40 feet below mean low water plus a 2 foot allowable overdepth, and non-ocean disposal of up to 2,340,00 cubic yards of dredged material. Non-ocean disposal is fully permitted facilities must be identified in STEP 1 proposals. Magnitude of construction is $10.0 mil to $100.0 mil. This is a TWO STEP procurment based on FAR PART 14.5. Solicitation documents for Step 1 will be available on or about 6 January 1997. Technical proposals are due 30 days following document available date on or about 6 February 1997. Only those firms submitting technical acceptable proposals during STEP 1 may participate in STEP 2. STEP 1 will include, but is not limited to a technical proposals to dispose of the dredged material I.A.W. all laws and regulations. Innovative, unique, and/or state of the art disposal methodology is encouraged. A prepoposal conference wil be conducted, time and place to be determined. This solicitation is UNRESTRICTED. The SIC CODE for this project is 1629. To obtain plans and specifications mail checks or money order payable to USA COE, NED, FAO, in the amount of $60.00 per set (non-refundable) to US Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, NY, NY 10278-0090. Parties requsting plans and specifications should be so in WRITING. stating the solicitation number, and giving complete company name, STREET address, (NO PO Boxes) telephone and facsimile numbers (including area codes). CITE: (I-347 SN011717) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ESC/PKOC, 104 Barksdale Street, Hanscom AFB, MA 01731-1806 SUBJECT: Z -- HVAC REPAIR, BUILDING 1810; PROLECT NO. MXRD 94-0012B SOL F19650-97-B-0005 DUE 031796 POC A1C Brian K. MacLean, Contract Specialist, 617-377-3024; Patricia N. Archer, Contracting Officer, 617-377-3118. DESC: This project involves the repair and/or replacement of Heating, Ventilation, and Air ConditioningSystems in Building 1810 on Hanscom AFB. The principle items of work include, but are not limited to: Sheet Metal; Heating, Ventilation, and Air Conditioning; Refrigerent Piping; Electrical; Suspended Ceiling Installation; Structural Carpentry, Roofing; Direct Digital Controls; Earthwork; and Paving. The Replacement of the System in Building 1810 will constitute the basic bid item. There are additional bid options for installation of a Johnson Controls Network Control Units and a hubs in the building. Each bid item (CLIN) will have its own period of performance. No CLIN will exceed 180 calendar days. The time to complete the entire project will depend on the CLINs awarded and the dates of Notice to Proceed on each CLIN. Some CLINs may be worked on simultaneously, and some CLINs will be phased. An exclusionary period will not be applied to the work. Much of the work will be accomplished during non standard working hours. The magnitude of construction is between $250,000 and $500,000. This is a firm fixed price contract. The specifications, Statement of Work and Drawings will be included in the Invitation for Bid (IFB) F19650-97-B-0005. If you wish to receive a copy of this solicitation package, please send a written request to: ESC/PKOC, Attn: A1C Brian K. MacLean, 104 Barksdale Street, Hanscom AFB, MA 01731-1806. All firms resonding will indicate whether they are or are not a small business concern. (0225) CITE: (I-346 SN011073) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z-INSTALL UNDERGROUND DISTRIBUTION-COMMISSARY AREA SOL 97-B0007 DUE 012797 POC Curt Swan,307/775-2635, Contracting Officer, Carroll M. Vye,307/775-2635 DESC: This project is located at F. E. Warren AFB, WY and involves the demolition of existing overhead electrical distribution and the installation of new underground electrical distribution. The basic bid involves the installation of padmounted switch gear, transformers, duct bank, manholes, primary and secondary laterals. Existing overhead service entrances are to be removed and/or modified. Existing street and parking lot light circuits are to be converted from overhead to underground. The project area spans approximately 10,000 ft. Range of this project is between $500,000 and $1,000,000. CITE: (W-346 SN011081) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX 76311-2739 SUBJECT: Z--REPAIR WHERRY HOUSING, PHASE I SOL F41612-97-C0002 POC Points of Contact: LGCC/Marcy Fragomeli, Contract Specialist, 817/676-5181; Contracting Officer - Colleen S Phipps, 817/676-5180. DESC: Previous Submission Notice No. 009760 incorrectly used Classification A: Research & Development. This solicitation is Classification Z: Maintenance, repair, alteration of real property. CITE: (W-346 SN011083) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z-REPAIR/LOOP BASE NATURAL GAS DISTRIBUTION SYSTEM SOL F48608-97-B0006 DUE 012797 POC Susan Nagel; Contracting Officer: Carroll Vye; 307-775-2635/2694; FAX: 307-775-3964 DESC: Subject project is designed to replace selected portions of Base natural gas distribution mains and valves and to provide a second line with pressure reducing station and enclosure. Work includes but is not limited to natural gas utilities, utility boring, concrete, pavements, and metal building construction. Range of construction cost is between $250,000 and $500,000. Performance period is 120 calendar days. CITE: (W-346 SN011086) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX 76311-2739 SUBJECT: Z--FIRE RESTORATION, 103 GALAXY COURT SOL F41612-97-Q0170 POC Points of Contact: LGCC/SrA Anthony Ogle, 817/676-5184; Contracting Officer - Colleen S Phipps, 817/676-5180. DESC: Provide all necessary services and materials to remove debris; provide chemical or mechanical deodorization; reconstruct portions of roof, wall, and floor areas, replace burned electrical and heat systems, paint interior at 103 Galaxy Court. Asbestos and lead-based paint are present and will be abated in this project. Cost of project is between $25,000 and $100,000. Performance time is 90 calendar days. Requests for quotation package may be made by letter or fax (817/676-7652). Telephone requests WILL NOT be considered. Estimated mailing date: 30 Dec 96. Quotes due back 20 Jan 97. Acquisition shall be for full and open competition. Availability of this solicitation is limited to one copy per requestor. Copies will be furnished on a first-come, first-service basis until the supply is exhausted. CITE: (W-346 SN011087) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--REBUILD CRYOGENIC TANKS, #3 AND #4, BUILDING 23, CECIL FIELD NAS, FLORIDA SOL N68931-97-Q-2026 DUE 122796 POC MS. Susan Heuler, (904)778-5560 Contracting Officer DESC: Repair leaks and restore vacuum on cryogenic tanks #3 and #4, Building 23, Cecil Field Naval Air Station, Jacksonville, Florida. Work includes replacement of vacuum gages, probes, valves, and O-rings. Performance period is 30 calendar cays. All requests for quotations must be in writing and offers submitted by mail. All responsible sources will be considered. LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL sheuler_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-347 SN011155) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--RETROFIT CHILLER #2 AND INSTALL ALARM BLDG 919,NAS CECIL FIELD SOL N68931-97-Q-2027 DUE 122696 POC Ms Susan Heuler, (904) 778-5560, Contracting Officer DESC: Retrofit existing #2 McQuay Chiller model #PEH0987 WITH hfc 134 and install refrigerant monitoring system in air conditioned equipment room, Bldg.919. Work includes all engineering services for conversion from R-12 to R-134A, eddy current analysis, re-insulation, and associated work. Performed period will be 90 days. All quotations must be in writing. All responsible sources will be considered. Mail offer to P.O.BOX 101, NAS CECIL FIELD, JACKSONVILLE, FLORIDA 32215-0101. LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL sheuler_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-347 SN011156) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--REBUILD CRYOGENIC TANKS, #3 AND #4, BUILDING 23, CECIL FIELD NAS, FLORIDA SOL N68931-97-Q-2026 DUE 122796 POC MS. Susan Heuler, (904)778-5560 Contracting Officer DESC: Repair leaks and restore vacuum on cryogenic tanks #3 and #4, Building 23, Cecil Field Naval Air Station, Jacksonville, Florida. Work includes replacement of vacuum gages, probes, valves, and O-rings. Performance period is 30 calendar cays. All requests for quotations must be in writing and offers submitted by mail. All responsible sources will be considered. LINK http://cbdnet.access.gpo.gov LINKDESC: EMAIL sheuler_at_pwcoa@jaxmail.navy.mil EMAILDESC: CITE: (W-347 SN011182) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P.O. Box 43119, Marine Corps Logistics Base, Albany, Georgia 31704-3119 SUBJECT: Z--INSTALL FAST ACTING DOORS, FACILITY 2211, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-97-Q-3429 DUE 011497 POC Alex Carr at (912) 439-5603. DESC: This is a requirement to provide all labor, materials, and equipment to INSTALL FAST ACTING DOORS, FACILITY 2211, Marine Corps Logistics Base, Albany, Georgia. The magnitude for this solicitation is between $0 and $100,000. Requests for solicitation packages must be submitted in writing either by mail or FAX (912) 439-5999 and must contain the solicitation number. This procurement is set-aside for small business under SIC Code 1791, size standard $7,000,000.00. CITE: (M-347 SN011190) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320-2096 SUBJECT: Z--FIRE AND SAFETY IMPROVEMENTS IN VARIOUS BUILDINGS SOL 542-8-97 DUE 010397 POC John Cox, 610-383-0203 DESC: This is a test. EMAIL cvamc7@worldaxes.com EMAILDESC: at this E-mail address. CITE: (W-347 SN011195) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri Dr., NETC Newport, RI 02840 SUBJECT: Z -- ALTERATIONS AND REPAIRS TO VARIOUS FACILITIES AT THE NAVAL COMPLEX, NEWPORT, RI SOL N62472-96-B-6962 DUE 012097 POC Ms. West, Procurement Technician, 401-841-2543. DESC: The contractor shall provide and secure construction, repairs and alterations to various facilities. The work includes furnishing all labor, materials, transportation, tools, equipment and supervision necessary to perfrom the work in accordance with the requirements of Delivery Orders for repairs, construction and alterations to various facilities. The price of each Order will be based upon predetermined wage, material, and equipment rental rates as established in the Schedule of Indefinite Quantity work. This solicitation is Unrestricted. This is an Indefinite Quantity contract with a 12-month base year and two 12-month Options. There is a minimum of $300,000 and an estimated cost range of $1 million - $5 million. SIC CODE: 1542. Size standard is $17.0 million. IFB to be issued ON OR ABOUT 18 Dec 96. Bid Opening Date will be ON OR ABOUT 20 Jan 97. CITE: (I-347 SN011229) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005 Michael Rd., Camp Lejeune, NC 28547-2521 SUBJECT: Z -- INTERIOR PAINTING & FINISHED SURFACE PREPARATION OF FAMILY HOUSING AT THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA AND MARINE CORPS AIR STATION, NEW RIVER, JACKSONVILLE, NORTH CAROLINA SOL N62470-96-B-4940 DUE 013097 POC Kathie Rowe, (910) 451,2582, Facsimile (910) 451-5629 DESC: The previous notice for this solicitation is hereby corrected as follows: The Government has the option to extend the contract for an additional one to twelve months not to exceed 36 months (one base year and two option years). The contract minimum quantity is 5% of the estimated total quantity. CITE: (I-347 SN011243) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 175, Washington, DC 20374-5095 SUBJECT: Z -- CONSTRUCT TWO (2)-50,000 GALLON JP-8 STORAGE TANKS AND LOADING/ UNLOADING TANKS, NAVAL AIR STAION PATUXENT RIVER, MD SOL N68925-96-B-A064 DUE 020697 POC Linda Ford, Contract Specialist, FAX (202) 685-8236. DESC: The work includes the installation of 2-50,000 gallon above ground jet fuel (JP-8) tanks, fuel transfer pumps, associated piping, site lighting and containment area as well as all incidental related work. This propsed solicitation is unrestricted and open for participation by all interested firms. The Estimated Cost Range is between $100,000 and $250,000. The Bid Opening Date is on or about 6 Feb 1997 at 2:00pm. Submit requests for receiving plans and specifications when they become available on or about 6 Jan 1997 to (202) 685-8288, Attn: Bob Roth, or they may be picked up in person from 1st floor, West Side, Building 166, Washington Navy Yard. There is no charge for plans and specs. One copy per firm. Telephone inquiries/request will not be honored. Please fax akk bid inquiries to (202) 685-8236, Attn: (POC listed above). CITE: (I-347 SN011272) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL SOL F08651-97-B-0036 DUE 020397 POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to provide all labor, equipment and material required to upgrade areas in Building 11 to provide secure rooms. Presolicitation Notice has been issued. Bid opening date of 03 Feb 97 is only an estimated date. The work includes removal of existing walls ceilings, doors and finishes, construction of new sound insulated walls, installation of new sound rated doors and frames and application of new finishes. The work also includes associated air conditioning, heating and ventilation, electrical, fire alarms and security systems. Project construction time is 90 calendar days. Estimated dollar range is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-347 SN011328) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL SOL F08651-97-B-0036 DUE 020397 POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to provide all labor, equipment and material required to upgrade areas in Building 11 to provide secure rooms. Presolicitation Notice has been issued. Bid opening date of 03 Feb 97 is only an estimated date. The work includes removal of existing walls ceilings, doors and finishes, construction of new sound insulated walls, installation of new sound rated doors and frames and application of new finishes. The work also includes associated air conditioning, heating and ventilation, electrical, fire alarms and security systems. Project construction time is 90 calendar days. Estimated dollar range is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-347 SN011329) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ARMY ATLANTA CONTRACTING CENTER, ATTN AFLG PRC, 1301 ANDERSON WAY SW, FORT MCPHERSON GA 30330-1096 SUBJECT: Z--RELOCATE UTILITIES UNDERGROUND FOR THE FAMILY HOUSING AREA, FORT MCPHERSON, GA SOL DAKF11-97-B-0001 DUE 112096 POC Contract Specialist JANIE P WRIGHT (404) 752-4104 (Site Code DAKF11) DESC: Invitation For Bid #DAKF11-97-B-0001 is CANCELLED in its entirety. CITE: (I-347 SN011340) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst, NJ SUBJECT: Z -- MULTI-TRADES SOL N62472-97-B-3170 POC For plans and specifications call, (908) 323-2494. DESC: This is a pre-solicitation notice. Provide all labor, material, transportation, equipment, tools, supervision and management efforts necessary to determine and perform miscellaneous construction, repair, alterations and maintenance work at predetermined unit prices to include wages, management, supervision, mobilization, material and equipment costs. Work may be ordered on facilities up to four (4) stories above ground level. The line items of the contract shall be considered as appropriate for ordering work in these areas. Work will also include family housing units. Offerors shall be aware that there will be no wage adjustments made for the option years. Only one Davis-Bacon wage determination shall be included in the solicitation, and this wage determination shall be in effect for the life of the contract. Performance period is for 12 months with two (2) 12 month options, to be exercised by the Government if found to be in its best interest. FAR Clause 523-217-8 "Option to Extend Services" and FAC Clause 5252.217-9301 "Option To Extend The Term Of The Contract Services" are included in this acquisition. The contract includes the clause titled "Evaluation of Options" (FAR 52.217-5) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision). The Standard Industrial Code (SIC) for this project is 1541. The related Small Business Size Standard is $17.0 million annual receipts for preceding three fiscal years. Plans and specifications may be obtained by telephoning the above number or faxing to (908) 323-1471. ONLY ONE REQUEST PER COMPANY - DO NOT FOLLOW WITH ORIGINAL VIA U.S. MAIL. Plans and specifications are expected to be available on or about 15 January 1997. Bid opening is a minimum 30 days after release of specification. This acquisition is unrestricted. Estimated cost range for this project will be: $1,000,000.00 - $5,000,000.00. CITE: (I-347 SN011701) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA MEDICAL CENTER, ALEXANDRIA, LA 71306-6002 SUBJECT: Z -- INSTALL RESILIENT FLOORING LAUNDRY BLDG. 16 SOL 5021397 DUE 010997 POC Herman Chelette, (318) 473-0010 ext 2239 or Carol Robertson ext 2234 DESC: Cancellation: This action originally publicized in the CBD dated 11-25-96 is cancelled. CITE: (I-347 SN011715) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190 SUBJECT: Z--IDIQ-ASBESTOS ABATEMENT SOL F08620-97-B0002 POC Mr. Dave Crocker, Contract Specialist, 904-884-3271 DESC: Subject solicitation published in the 8 Nov 96 CBD, page 11, issuance has been postponed indefinitely. CITE: (W-347 SN011739) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--GUIDE, LINK. E/I 20MM GUN. SOL SP0750-97-Q-0469 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Sharon Harper, (614)692-1170. DESC: PR-NO: FPC96025000917 NSN 1005-00-718-4396, CAGE 19204 Part No 7184396 63 -EA Del to Lathrop CA 95330 Del by 60 days after date of award. See NOTE 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)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC 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-347 SN011149) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 10--AMMO FEED CHUTE END CONNECTORS SOL DAAE0797RX022 DUE 012097 POC Linda Passeri (810) 574-8351 DESC: Ammo Feed Chute End Connectors for use with the M242 guns on SANG LAVs. Qty: 453 each Upper PN: S256068-151 and 453 each Lower PN S256068-152. Sole Source Standard Armaments, Inc. See Note: 22.***** CITE: (W-347 SN011351) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 11--Nuclear Ordnance OFFADD: San Antonio Alc/Nwk/Bldg 1420, 413 N. Luke Dr., Kelly Afb Tx 78241-5314 SUBJECT: 11--ELECTRONIC COMPONENT SOL FD2388-97-41016 DUE 012497 POC For copy, Fax request to NWK at (210)925-9776, For additional information contact Vidal, D./nwk/[210]925-4482 DESC: Item 0001 NSN 1195-01-252-7331CM P/N: 8547281-10, Size: 5.20" lenght by 5.25" height by 14.5" depth. Pred Matl: Is a major component of the console group. Function: Is used for encoding keys entered during re-key operation of encode. Components and sensor status nessage generated by the vault processor and shelter central panel. 2ea. Applicable to: Ws3. Destn: Kelly Afb Tx 78241-5314. Delivery: 31 Dec 97 2 ea Government Furnished Specifications And Drawings Are Not Available The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Bechtel National Inc, San Francisco Ca 94119-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011462) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--YOKE, MOUNT, GUN SOL SP0920-97-Q-A089 DUE 123196 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96310001122 NSN 1285-01-230-8081, yoke, Mount, gun CAGE 0RMF7 Part No 5191306 CAGE 05606 Part No 5191306 CAGE 33119 Part No 5191306 CAGE 53711 Part No 5191306 CAGE 99584 Part No 5191306 no additional descriptive data available ATT. 114 -EA Del to Mechanicsburg PA 17055-0789 Del by 29 Dec 96. 30 -EA Del to Lathrop CA 95330 Del by 29 Dec 96. No drawings available. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. Other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 1-50, 51-100, 101-150, 151-300. PR quantity: 144 EA destinations: Mechanicsburg, PA 17055-0789, Stockton, CA 95296-0130 delivery schedule 144 each within 180 days set-aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011166) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--SIGHT, BORE, OPTICAL SOL SP0920-97-Q-A090 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: YPE96330000443 & YPE96340001058 NSN 1240-01-390-2028, sight, bore, optical Leica Technologies (7Z946) P/N 6620194 IAW Navy (53711) P/N 6620194 Pat numbered item. Products offered clause applies. PR quantity: 2 each 2 destinations: 1 EA Del to V20834 FPO AA 34092-1225 1 EA Del to V21560 FPO AE 09556-1660 delivery schedule: 2 IN 90 days and 1 every 30 days thereafter. Set-aside type: G unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011167) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 12--TUBE UNIT ASSY SOL F42620-97-R-24671 DUE 012897 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: Item 0001 NSN 1270-99-735-6356WF P/N: 229-026253-03, Dim: 11.01 L x 4.5 W x 4.5 H inches. Wgt. 3.5 lbs 10ea. Applicable to: F-16 A/B. Destn: FMS Countries. Delivery: 31 Aug 98 10 ea Item 0002 NSN 1270-99-736-0409WF Power Supply Sub Assy P/N: 229-026257-03, This item is a power supply which is part of the heads up display on the F-16 acft. 32ea. Applicable to: F16 C/D. Destn: FMS Countries. Delivery: 30 Oct 98 16 ea 31 Dec 98 16 ea Item 0003 NSN 1270-99-771-4189WF Y Deflection Panel P/N: 229-026260-04, This item is a Y-deflection panel module assy used in the heads up display unit of the F-16 acft. 10ea. Applicable to: F16 C/D. Destn: FMS Countries. Delivery: 31 Oct 97 2 ea 30 Sep 98 8 ea Item 0004 NSN 5998-01-173-0666WF Discrete Input P/N: 229-026250-02, This discrete input panel assy is part of the heads up display unit. 1ea. Applicable to: F-16a/B/C/D Acft. Destn: FMS Countries. Delivery: 31 Oct 97 1 ea Item 0005 NSN 5998-01-311-9080WF Output Clock P/N: 229-026244-12, This item is part of the hud used in the F-16 aircraft. 1ea. Applicable to: F16 C/D. Destn: FMS Countries. Delivery: 31 Oct 97 1 ea The approximate issue/response date will be 27 Dec 96. To: Gec-Marconi Avionics Inc, Atlanta Ga 30366-1999. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-347 SN011497) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 -- COMPONENTS OF THE M8 TA SMOKE POT SOL DAAA03-97-R-0010 DUE 022497 POC Pam Burton, Contract Specialist, 501/540-3017. DESC: Assembly, Parachute, Ctg 60mm M721 consisting of the following: Parchute, flat circular IAW Dwg. F9345346A dtd 28 Sep 88; Bag, Deployment & Chute, Drogue IAW Dwg. F9345347A dtd 10 May 90 and Parachute, folding and packaging assembly IAW Dwg. F9345345A dtd 28 Sep 88, IAW MIl-P-70715 Amd 3 dtd 1 Jun 92 and NOR M6J2045, 24,490 ea.; and Assembly, Parachute, Ctg. 81mm IR 816 consisting of the following: Parachute, flat, IAW Dwg. F9381631F dtd 23 Jan 95 and NOR M6J2036 dtd 18 Dec 95, Bag, Deployment, IAW dwg. F9381589D dtd 23 Jan 95 and Parachute, Folding and Packing Assembly IAW Dwg F9381075J dtd 23 Jan 95. Note: Assembly will be provided without oval sleeve and suspension wire called out on Dwg. F9381075, 1,945 ea.; FOB: Pine Bluff Arsenal, AR 71602-9500, Includes a 100% option, RFP DAAA03-97-R-0010 to issue on or about 8 Jan 97 with a closing date on or about 24 Feb 97. All responsible offerors will be considered. CITE: (I-347 SN011271) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--BLU 113A/B EMPTY CASE SOL F42630-97-R-20761 DUE 012397 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 1325-01-394-1858 P/N: 9331412, This item is a case assembly for the BLU-113 bomb. Delivery: Aug 98 thru Feb 99, 20 each; 31 Mar 99 21 each. 161ea. Applicable to: Blu-113. Destn: Mcalester OK 74501. The approximate issue/response date will be 24 Dec 96. To: Wyman Gordon Forging Inc, . To: Lockheed missile and Space Inc, . To: National Forge Co, Irvin Pa 16329 0258. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-347 SN011438) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--INITIATOR, GAS SMDC SOL F42630-97-R-20609 DUE 012497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 1377-01-234-8510ES P/N: 3384200, Acft ejection sys (life support) ballistic device. Predominant matl aluminum with explosive charge of. 0044 lbs, length 4.00 in, width 2.7 in x 1.00. ballistic initiated. Function: converts SMDC signal to gas signal. Alternate NSN: 1377013849246ES and P/N 6110200. NSN: 1377014320349ES & P/N: 826599-1. 78ea. Applicable to: B-1. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Dec 97 78 ea Item 0002 NSN 1377-01-269-8061ES Initiator, Smdc/Gas P/N: 3384100, Acft ejection system life support ballistic device with net explosive weight of 0.0050 lbs. Material: Stainless steel enclosing explosive charge. Dimensions: 4.00 in x 2.50 in x 1.50 in and is ballistically initiated. Function: provides gas pressure to activate inertia reel and seat catapult during emergency egress. Alternate NSN: 1377013840106ES & P/N 6110100; NSN: 1377014300447ES & P/N: L320C2006. 198ea. Applicable to: B-1 Acft. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Dec 97 198 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 27 Dec 96. To: Oea Aerospace Inc, Fairfield Ca 94533-0659. To: Scot Inc, Downers Grove Il 60515-0705. To: Teledyne Mccormick Selph, Hollister Ca 95024 0006. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-347 SN011498) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13 -- SMALL/MEDIUM CALIBER LINKS SOL N/A POC CONTACT THE CONTRACT SPECIALIST: Mr. Nick Huyten, (309)782-2220 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. This is a survey limited to U.S. and Canadian firms only. SMALL/MEDIUM CALIBER LINKS, 5.56MM, 7.62MM, CALIBER .50, 20MM, 25MM, and 40MM. This is a market survey of U.S. and Canadian industry to identify potential contractors capable of manufacturing small/medium caliber links to support the Government's preparedness needs for the following items. The minimum monthly requirement must be met, but this quantity can be met by more than one potential producer. They are listed in the following order: Item, Part Number, Minimum Monthly Requirement: Link 5.56MM M27, 11691287, 5,418,097, Link 7.62MM M13, 7268389, 5,186,436, Link Caliber .50 M9, 7140393, 1,214,639, Link Caliber .50 M15a2, 7791440, 122,761, Link 20MM MK7, 5871716, 3,950, Link 20MM M10, 7238242, 26,372, Link 20MM M14a2, 8447633, 3,000, Link 25MM M28, 12013695, 93,937, Link 40MM M16a2, 11691393, 811,587. Specific skills and equipment required to manufacture subject links are as follows: vertical press 30/100 ton, coil stock straightener, metal forming/finishing tools, furnace/heat treat systen, phosphate coating system and link/delink inspection and packaging system, set-up mechanics, process engineers, heat treat specialist and quality assurance specialist capable in using a wide variety of inspection equipment. A respondent must also have available the appropriate maintenance, tooling, and manufacturing engineering skills required to support quality production for these items. A respondent must currently possess a majority of these processes in-house and demonstrate provisions of obtaining the remainder without significant delay. Technical data does exist for these items. A detailed questionnaire, including top drawing data, may be provided to capable respondents. Interested firms who feel they are capable of manufacturing these items, based on the above criteria, are invited to indicate their interest by providing to the Government a summary of their company's capabilities, including a description of facilities, personnel, and past manufacturing experiences. Information must be submitted within 20 calendar days from the date of this publication to U.S. Army Industrial Operations Command, Attn: AMSIO-IRC/Mr. Nick Huyten, Rock Island, IL 61299-6000, (309)782-2220. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The information you provide will be utilized by the U.S. Army in developing its acquisition approach for future requirements. CITE: (I-347 SN011247) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: Olin Corporation, Purchasing Department, P.O. Box 340, Lake City Army Ammunition Plant, Independence, Missouri 64051 SUBJECT: 13--COMPACT EXPLOSIVE STORAGE AND SERVICE MAGAZINES SOL LHS1296A DUE 010996 POC L.H. Smith, Purchasing Manager, (816) 796-7221. DESC: This is a market survey to identify potential contractors capable of supplying compact explosive service magazines, to be used to store 1.1 Hazard Class pyrotechnics or military high explosives. The magazines must provide protection for the explosives from the environment and shall be capable of completely containing the blast (fragmentation and overpressure) effects of a detonation of 20 lbs. TNT equivalent, with an inhabited building distance (IBD) of 30 feet or less, and an interline distance of -0- feet. The magazines shall be lockable. It is preferred that the magazines be of such size and weight as to be portable. It is also preferred that the magazine design is pre-approved by the Department of Defense Explosive Safety Board (DDESB). CITE: (M-347 SN011309) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--PAD, SUPPORT. E/I: MISSILE SUPPORT EQUIPMENT SOL SP0750-97-Q-0461 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Carla Eiterman, 614 -692-1129 DESC: PR-NO: YPC96289001474 NSN 1450-01-370-5633, CAGE 30003 Part No 1763AS405 CAGE 54686 Part No 3S1366 pad, support (missile support pad). in accordance with Navy drawing 1763AS405, part number 1763AS405-1. 240 - EA Del to Norfolk VA 23512-0001 Del by 90 days after award 165 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 days after award 308 -EA Del to Lathrop CA 95330 Del by 90 days after award Del to various dests.-- see NOTE 1.-- solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation 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-347 SN011152) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--TANK ASSY, ENGINE OIL SOL SP0460-97-Q-D060 DUE 020397 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: YPG96234000718 NSN 1560-00-070-7837, tank assy, engine oil IAW Bell Helicopter CAGE 97499 Dwg 205-060-538 Rev "L" DTD 11 Nov 75 & procurement package #205-060-538 Rev "C" dated 16 April 74 Dwg P/N 205-060-538-69 3 -EA Del to Stockton CA 95296 Del 60 DARO 1 -EA Del to New Cumberland PA 17070-5001 Del 60 DARO unrestricted. Solicitation will be made in writing and orally. First article test required. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. 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-347 SN011123) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DUCT, EXHAUST MIXER SOL SP0460-97-R-0227 DUE 020397 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: YPG96235000363 NSN 1560-01-170-5222, duct, exhaust mixer McDonnell Douglas Helicopter Corp CAGE 8V613 P/N 7-311653101 38 -EA Del to New Cumberland PA 17070-5001 Del 220 DARO see NOTE 22, intended sources: McDonnell Douglas helicopters and d-velco manufacturing. 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-347 SN011124) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I St. N.W., Room 2208, Washington, DC 20536 SUBJECT: 15 -- BORDER PATROL HELICOPTERS SOL HQ-97-05 DUE 013197 POC Lisa Diernisse, Contract Specialist (202) 305-4607 FAX (202) 616-7876. DESC: This synopsis is a reissuance of the synopsis for Border Patrol helicopters issued on May 23, 1996 and the modifications to it dated May 29, 1996, June 14, 1996 and on/about December 10, 1996. The Immigration and Naturalization Service has a requirement to award a competitive, negotiated "best value" indefinite delivery/requirements contract (consisting of one base year and four one year option periods) for commercial light observation helicopters equipped with a gas turbine engine. The estimated required quantities are 45 helicopters over five years (9 per year). Also required are new spare or overhauled parts, a minimum one year or 1,000 flight hour (whichever comes first) commercial warranty, commercial manuals and other documentation, special maintenance tools, pilot and mechanic training, and technical support services. The helicopters are required FOB origin. The anticipated contract type will be fixed price. The proposal due date shown above is estimated only. See the solicitation for the exact date. Interested sources shall request a copy of the solicitation in writing to the attention of the Contract Specialist above, by mail or facsimilie. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. ALL SOURCES THAT RESPONDED IN WRITING TO ANY PREVIOUS SYNOPSES FOR BORDER PATROL HELICOPTERS IN THE PAST YEAR DO NOT HAVE TO RE-SUBMIT THEIR REQUEST FOR THE SOLICITATION; THESE SOURCES WILL AUTOMATICALLY BE FORWARDED A COPY OF THIS SOLICITATION. The solicitation is expected to be issued prior to January 1, 1997 CITE: (I-347 SN011235) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: 15 -- AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS SOL N00421-97-Q-1022 DUE 123096 POC Adrienne M. Purnell, Code 257C, Contract Specialist, (301) 342-1828 ext. 123; Gregory Denman, Code 257, Contracting Officer, (301) 342- 1825 ext. 175. DESC: This is a notice of intent to negotiate with Kearfott Guidance and Navigation Corporation, a subsidiary of Astronautics Corporation of America, located at 150 Totowa Road, Wayne, New Jersey 07474-0948 on an other than full and open competition basis in order to purchase eleven (11) ISAHRS Mounts, P/N K600A214-02. The Government intends to negotiate on a sole source basis with Kearfott Guidance and Navigation Corporation since the units must be exact replacement items. Delivery of two (2) units is anticipated on 14 March 1997; the remaining nine (9) units shall be delivered no later than 17 October 1997. Delivery is required FOB Destination to McDonnell Douglas. Request for quotation may be faxed to (301)342-1866 to the attention of Adrienne M. Purnell. All responsible sources may submit an offer which will be considered. CITE: (I-347 SN011267) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--DOOR AY DUE 011797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Mark Pritchard/Ladca/[405]739-4343 DESC: Item 0001 NSN 1560-00-560-3966FL P/N: 5-88197-22, Dim: Approx 40 in x 23 in x 3 in. Matl: Cast Aluminum. Func: Provides aero dynamic covering for landing gear during flight operations. 55ea. Applicable to: C135. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 01 NOV 99 55 ea SPECIAL TOOLING REQUIRED. The approximate issue/response date will be 17 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011300) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--DOOR RH DUE 011797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Mark Pritchard/Ladca/[405]739-4343 DESC: Item 0001 NSN 1560-00-560-3965FL P/N: 5-88197-21, Dim: Approx 40 in x 23 in x 3 in. Matl: Cast Aluminum. Func: Provides aero dynamic covering for landing gear during flight operations. 92EA. Applicable to: C135. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 01 NOV 99 92 ea SPECIAL TOOLING REQUIRED. The approximate issue/response date will be 17 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011301) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--DOOR, MAIN LANDING GEAR DUE 011797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Birdie Lemons/Ladca/[405]739-4139 DESC: Item 0001 NSN 1560-01-004-8749FL P/N: 35-33076-4, Cast door includes skin surface web with hinge at one end and attached point for actuating arm and linkage approx 17.01 in width 17.5 in length 3.00 in depth provides aero dynamic smoothness under wing when landing gear is retracted. Matl: Aluminum 108EA. Applicable to: Kc135. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 01 Nov 99 108 ea The approximate issue/response date will be 17 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011302) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 15--SCOOP, RAM AIR INLET SOL F41608-97-R-74122 DUE 020397 POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional information contact Torres, F. R./lck2586/[210]925-6837 DESC: Item 0001 NSN 1560-01-383-3581LD P/N: 17P2N3001-1, APPL: C17 AIRCRAFT MATL: ALUM ALLOY. DIM: APPROX 14"L X 6"W. I NLET FOR RAM AIR SCOOP. 2EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 31 Jul 97 2 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 03 Mar 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-347 SN011378) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 15--SUPPORT ST SOL F41608-97-R-74206 DUE 020397 POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional information contact Torres, F. R./lck2586/[210]925-6837 DESC: Item 0001 NSN 1560-01-359-5600LD P/N: 17P7W3620-1, STRUCT SUPP COMPONENT OF HINGE Size/Dimensions: 4" X 3.5" X 3.5" Nominal Form, Fit, Function: Structual Support Components of the Pylon Hinge. Predominant Material: Steel 17EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 30 May 97 17 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011380) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 15--WINDOW PANEL, AIRCRA SOL FD2050-97-74204 DUE 013197 POC For copy, Munoz, L. J./lck2585/[210]925-6837, For additional information contact Munoz, L. J./lck2585/[210]925-6837 DESC: Item 0001 NSN 1560-01-342-2919LD P/N: 17P1A5001-1, USED BY PILOT, OBSERVATION OF AIR GROUND, PLASTIC ACRYLIC SIZE: 34" X 29" X 3" NOMINAL PREDOMINATE MAT'L: PLASTIC ACRYLIC 8EA. Applicable to: C-17 Aircraft. Destn: WARNER ROBINS AFB GA (FB2065). Delivery: 31 MAR 97 8 ea GOVERNMENT FURNISHED DRAWINGS AND SPECIFICATIONS ARE NOT AVAILABLE. The approximate issue/response date will be 20 DEC 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011382) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 7180 Reserve Road, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--INSULATION,THERMAL SOL F34601-97-R-0025 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Lori Duncan/Ladaa/[405]739-5582 DESC: Item 0001 NSN 1560-01-383-9291FW P/N: DAA3420D129-054, DATA NOT AVAILABLE from the GOVERNMENT 11EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 11 DEC 97 11 ea Item 0002 NSN 1560-01-383-9298FW Insulation,Thermal P/N: DAA3420D129-077, DATA NOT AVAILABLE from the GOVERNMENT 4EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4 ea Item 0003 NSN 1560-01-383-9315FW Insulation,Thermal P/N: DAA3420D129-073, DATA NOT AVAILABLE from the GOVERNMENT 4EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4 ea Item 0004 NSN 1560-01-383-9318FW Insulation,Thermal P/N: DAA3420D239-080, DATA NOT AVAILABLE from the GOVERNMENT 4EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4 ea Item 0005 NSN 1560-01-383-9399FW Insulation,Thermal P/N: DAA3420D129-072, DATA NOT AVAILABLE from the GOVERNMENT 4EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4 ea Item 0006 NSN 1560-01-383-9576FW Insulation,Thermal P/N: DAA3420D129-062, DATA NOT AVAILABLE FROM THE Government 4EA. Applicable to: B-2 Aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 04 DEC 97 4 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0022 There are 16 additional items(s) in FSC(s) 1560 Thermal insulation for the B-2 Aircraft The approximate issue/response date will be 02 Jan 97. To: Northrop Grumman Corporation, Pico Rivera Ca 90660 3765. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) SEE CBD NOTES 23 AND 26. CITE: (I-347 SN011568) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 15--PANEL,STRUCTURAL,AIRCRAFT SOL F41608-97-R-0080 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 1560-01-359-1030LD P/N: 17P8D8507-1, NICKEL ALLOY;DEFLECTOR,AIR FLOW,CORE THRUST REVERSER;ENGINE NACELLE/ C17A Size: 6'ft X 6'ft Function: Deflects Air Flow thru core thrust reverser. Material: Nickel Alloy Delivery: 29 Aug 97 5EA. Applicable to: C-17 Acft. Destn: Robins, AFB, GA. 31098. Delivery: 29 Aug 97 5 EA Government Specifications, Blue-Prints, Bid-Sets, and/or data not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-347 SN011608) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 15--DOOR ACFT SOL F41608-97-R-0081 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 1560-01-377-7150LD P/N: 17P6N1026-1, AERODYNAMIC COVER OF ANTI-ICE Size: 8" X 21" X 0.100" Nominal Function Description: Provides aerodynamic comver of anti-Ice Duct Cut-out During Slat Retraction Material: Aluminum Alloy 7075 Delivery: 31 Jul 97 20EA. Applicable to: C-17 Acft. Destn: Robins AFB, 455 Byron St., GA. 31098. Delivery: 31 Jul 97 20 EA Government furnished specifications, Bid-Sets, Blue Prints and/or data are not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26. CITE: (I-347 SN011609) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--HOUSING, END, AIRCRAFT SOL SP0920-97-Q-0422 DUE 123196 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96299000530 NSN 1660-00-367-3060, CAGE 70210 Part No 571317-1 no releasable data sufficient for manufacturing purposes. Housing, END, aircraft 70 -EA Del to Lathrop CA 95330 Del by 16 Dec 96. The offeror must provide a complete data package for the approved and alternate part for evaluation. Other than full and open copetition: part numbered item. Products offered clause applies. Various increments solicited: 1-70, 71-150, 151-300. Destinations Stockton, CA. 95296-0130 delivery schedule: 70 each within 180 days. Set-aside type: unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011164) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 16 -- TVS ASSEMBLY, LASER SOL DAAH01-97-R-A044 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contract Specialist, 205-8 - AMSMI-AC-CDDA, Contracting Officer, 205-8 -. DESC: Synopsis No. 5379-96 (MA) NSN 1260-01-167-4624, Army P/N 340600. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 5, known quantity of 12, and a maximum quantity of 25. In addition this requirement will have options quantities for the base year FY97, ranging from 10 - 15 each, and out years FY 98 and FY 99, ranging from 10 - 15 each. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. A technical data package which defines all engineering and quality requirements is not available. RFP will be issued to Northrop Corporation, Electronics Division, 2301 West 120th Street, P.O. Box 5032, Hawthorne, CA 90250-3363. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205/876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 1260-01-167-4624, Awd Date 031291, Qty 31, Unit Price $181,238.42. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encourage to pursue qualification for future buys in accordance with MICOM Pamphlets 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-347 SN011226) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 SUBJECT: 16 -- BLADE, ROTARY WING SOL DAAJ09-96-R-0279 DUE 073196 POC CPT Mark A. Anderson, Procurement Officer, (314) 263-0788, FAX: (314) 263-9012, Email: andersm@acq.stl.army.mil. DESC: NSN: 1615-01-332-0702, PN: 7-311412000-5, Qty 216 each and NSN 1615-01-312-2387, PN 7-311422050-7, Qty 240 each in accordance with McDonnell Douglas Helicopter Systems (MDHS) technical data, applicable to the AH-64 Apache aircraft. This solicitation is changed from a five year Indefinite Quantity, Indefinite Delivery procurement to a Firm Fixed Price procurement for the above listed quantities. CITE: (I-347 SN011253) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- USQ-113(V)2 PHASE III COUNTERMEASURES SET SOL N/A POC Contact, Wilma Washington, Phone (703)604-6100 DESC: The Naval Air Systems Command intends to procure the USQ-113 (V)2 Phase III Radio Countermeasures Set, from Lockheed Sanders, Nashua, NH 03061-0868 on a sole source basis. If awarded, the contract will provide for a basic buy of approximately 24 USQ-113(V)2 Phase III Radio Countermeasures Sets, Integrated Logistics Support, Interim Spare and Repair parts and associated data; the contract will also contain priced options for approximately 35 USQ-113(V)2 High Power Amplifiers. Lockheed Sanders, is the designer, developer and sole producer of the USQ-113(V)2 Phase III Radio Countermeasures Set. The Government does not own the technical data package required to compete this effort. Inquiries regarding the availability of subcontracting opportunities should be directed to Lockheed Sanders. See note No. 22 - NAVAIR Synopsis No. 20190-96. CITE: (I-347 SN011257) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--OXYGEN SYSTEM PORTABLE DUE 012197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Gayla Burchfield/Lidab/[405]739-5466 DESC: Item 0001 NSN 1660-01-108-8640BO P/N: 7920171-3, P/N M7920171-3 Dim: 26 in wd x 11 in hg x 13 in dp. Func: Self contained portable oxygen system that meters 100 percent oxygen to parachutists in depressurized aircraft prior to high altitude bailout. Matl: Steel, aluminum and rubber. Life Support System. 5EA. Applicable to: Common. Destn: BJA005. Delivery: 20 MAR 97 5 ea The approximate issue/response date will be 18 Dec 96. The anticipated award date will be 30 APR 97. Written procedure will be used for this solicitation. To: Conax Florida Corporation, St Petersburg Fl 33710 2936. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011291) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--ACTUATOR, OIL COOLER SOL F41608-97-R-16020 DUE 012097 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Carter, J./ldkte/[210]925-7751 DESC: Item 0001 NSN 1680-01-329-7411 P/N: 880T100-3, P/N 880T100-3 GEC L16-8-5 P/N: 695807-3, ACTUATOR, OIL COOLER IS A ELECTRO- MECHANICAL LINEAR ACTUATOR USED TO OPEN AND CLOSE THE OIL COOLER FLAP ON T-56 ENGINE FOR THE C-130 ACFT. ELECTRICAL COMPONE NTS/ALUM ALLOY. 11.005" L, 15.805" EXT., 4.90" W, 3.08" D. 161EA. Applicable to: T-56 Engine C130 Acft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 Dec 97 161 ea Restricted. Govt unable to provide bid sets, drawings, and/or specifications. Approved sources, only. See notes 22 and 33. The approximate issue/response date will be 18 Dec 96. To: Gec/Marconi Aerospace Inc, Whippany Nj 07981-1640. To: The Talley Corporation, Oxnard Ca 93030-0000. To: Lockheed Corporation, Marietta Ga 30063-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 1, 22, 33, 73. CITE: (I-347 SN011369) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 16--TRAY ASSY,ROLLER,BI-DIRECTIONAL SOL F41608-97-R-74174 DUE 020397 POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional information contact Torres, F. R./lck2586/[210]925-6837 DESC: Item 0001 NSN 1670-01-355-4266LD P/N: 17P2G3000-1, C-17 AERIAL CARGO DELIVERY SYSTEMS Size/Dimensions: Approx. 4 FT Long X 3/8 in. Thick X 4 in. Wide Form, Fit, Function: Holds the Rollers. Predominant Material: Aluminum 8EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 28 Feb 97 8 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011379) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--HEAT EXCHANGER SOL F34601-97-07039 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 1660-01-084-6853 P/N: 82D37-6, Dim: 18 in x 18 in x 14 in. Func: Pneumatically operated to control bleed air outlet temperature. Heat exchanger cools the engine bleed air using the engine fan air as cooling air. Matl: Steel. 9EA. Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 29 MAY 98 9 ea Item 0002 NSN 1660-01-084-6853 Heat Exchanger P/N: 82D37-6, Dim: 18 in x 18 in x 14 in. Func: Pneumatically operated to control bleed air outlet temperature. Heat exchanger cools the engine bleed air using the engine fan air as cooling air. Matl: Steel. 20EA. Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 29 MAY 98 20 ea The approximate issue/response date will be 24 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. CITE: (I-347 SN011420) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PISTON SOL F42630-97-Q-21834 DUE 011497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 1630-00-689-8902 P/N: 2611808, P/N 513537 KC135 brake piston assy MLG. 1 1/4" diameter. 1 3/4" high. Alum. 10465ea. Applicable to: Kc135 Acft. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Oct 97 10465 ea The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. To: Nasco Aircraft Brake Inc, Gardena Ca 90248-1519. To: Allied Screw Products Inc, Mishawaka In 46546 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-347 SN011434) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--JOINT, STEERING METER SOL F42630-97-Q-21878 DUE 011497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 1620-00-343-5368 P/N: B-753, NLG steering metering valve. 2014-T6 alum alloy, QQ-A-367. Dim: 3.156" long, 2.312" wide, 1.187" dia bore. 22ea. Applicable to: Kc135. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 29 Aug 97 22 ea The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. To: L & S Machine Company Inc, Wichita Ks 67277-2264. To: B & B Manufacturing Co, Valencia Ca 91355-1209. To: Loud Engineering & Mfg Inc, Ontario Ca 91761-0934. To: Hydro Mill Co, Chatsworth Ca 91311-5202. To: Sargent Controls & Aerospace, Tucson Az 85743-. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-347 SN011435) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--PAD, OXYGEN MASK SOL F41608-97-R-10020 DUE 012097 POC For copy, Nasif, S./ldktk/[210]925-5898, For additional information contact Nasif, S./ldktk/[210]925-5898 DESC: Item 0001 NSN 1660-01-232-5141LS P/N: G012-1094, P/N G012-1094-01 Size: Approximately 3" Long x 1/2" Wide Pred Matl: Overall Steel Function: Fits on MBU 12/P Oxygen Mask. In the bridge of the nose area to prevent oxygen leakage and into the pilot eyes. ea. Applicable to: Mbu-121p Oxygen Mask. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 JAN 97 630 ea GOVERNMENT DRAWINGS ARE NOT AVAILABLE THREE YEAR FIRM FIXED PRICE REQUIREMENTS CONTRACT. The approximate issue/response date will be 18 Dec 96. The anticipated award date will be 31 JAN 97. Written procedure will be used for this solicitation. To: Gentex Corp, Rancho Cucamonga Ca 91730-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011460) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--HEAT EXCHANGER SOL F34601-97-07039 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 1660-01-084-6853 P/N: 82D37-6, Dim: 18 in x 18 in x 14 in. Func: Pneumatically operated to control bleed air outlet temperature. Heat exchanger cools the engine bleed air using the engine fan air as cooling air. Matl: Steel. 9EA. Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 29 MAY 98 9 ea Item 0002 NSN 1660-01-084-6853 Heat Exchanger P/N: 82D37-6, Dim: 18 in x 18 in x 14 in. Func: Pneumatically operated to control bleed air outlet temperature. Heat exchanger cools the engine bleed air using the engine fan air as cooling air. Matl: Steel. 20EA. Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 29 MAY 98 20 ea The approximate issue/response date will be 24 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. CITE: (I-347 SN011464) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 16--CYLINDER ASSY SOL F42620-97-R-24666 DUE 012497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: Item 0001 NSN 1650-01-300-4351WF P/N: 1211262-004, Cylinder assembly actuating linear double acting single cylinder. Dim: 26" X 16.25", 16 1.2 lbs. 6ea. Applicable to: F16c/D. Destn: FMS Countries. Delivery: 31 Jan 97 2 ea 31 Mar 97 1 ea 31 Aug 98 1 ea 30 Jun 98 1 ea 31 Jul 98 1 ea Item 0002 NSN 1650-01-278-5720WF Actuator P/N: 1211262-003, 30 arched aluminum alloy threaded fasteners. Dim: approx 16.3 L X 26.12. 6ea. Applicable to: F-16 Acft. Destn: FMS Countries. Delivery: 31 Aug 98 1 ea 30 Sep 98 1 ea 30 Jun 98 1 ea 31 Jul 98 1 ea 31 Aug 98 1 ea 30 Sep 98 1 ea Item 0003 NSN 1650-01-129-7553WF Actuator Assy P/N: 1211179-002, Nose gear door hydraulic linear double acting single cylinder actuator, aluminum, steel, rubber and teflon. Dim: 16.3 L X 26.12. 19ea. Applicable to: F-16 Acft. Destn: FMS Countries. Delivery: 30 Jun 97 5 ea 31 Aug 98 3 ea 30 Sep 98 2 ea 30 Jun 98 3 ea 30 Oct 98 1 ea 30 Nov 98 1 ea 29 May 98 1 ea 31 Jul 98 3 ea Item 0004 NSN 1650-01-129-5004WF Cylinder Assy, Mlg P/N: 1211176-002, One piece electromechanical actuator, made of aluminum and steel parts. Dim: approx 6" X 24". 1ea. Applicable to: F16 A/B. Destn: FMS Countries. Delivery: 30 Jun 98 1 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 27 Dec 96. To: Arkwin Industries Inc, Westbury Ny 11590-5018. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-347 SN011496) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--RECHARGER ASSY, PORT SOL F34601-97-R-08125 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Gayla Burchfield/Lidab/[405]739-5466 DESC: Item 0001 NSN 1660-00-719-9372BO P/N: MS22032-1, Combination of hose MS24548-5-24, Adapter AN6044, and valve AN6024. Approxima tely 27 5/8 inches long, 3/4 inch outside diameter, and 1/2 inch inside diamet er. Made of sili-cone rubber, helix corrosion resis-tant steel, brass QQ-B-626, and Aluminum alloy QQA-225/6. Adapts Oxygen supply source to low pres- s ure oxygen cylinder. Air force Drawing 8148650, MS220032, MIL-V- 7891, AN60 44, and MIL-H-81581 applyaircraft application common. 239EA. Applicable to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 Jun 97 239 ea The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Fluid Power Inc, Hudson Oh 44236-0208. To: Conax Florida Corporation, St Petersburg Fl 33710 2936. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011508) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--CYLINDER SOL F34601-97-06065 DUE 012797 POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional information contact Charles Ferguson/Lidac/[405]739-4465 DESC: Item 0001 NSN 1650-00-738-6276 P/N: 3-43260-503, ACTUATOR, STABILITY AUGMENTER, YAW AXIS APPROX 14IN. LONG RETRACTED B Y 5 IN. DIA. USED ON ACFT SAS. REACTS UNDER HYD PRESSURE TO REDUCE YAW OSCI LLATIONS. APPL F5A/B. 12EA. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 AUG 98 12 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. To: Hydraulic Units Inc, Duarte Ca 91010-2859. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011519) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--FLOW CONTROL VALVE SOL F34601-97-07048 DUE 012797 POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional information contact Phil Mcconnell/Lidac/[405]739-4347 DESC: Item 0001 NSN 1660-01-422-3330 P/N: 753609-3, VALVE CONTROLS THE FLOW OF AIR TO THE CABIN AIR CONDITIONING SYSTEM. APPROX 15 INCHES LONG BY 12 INCHES WIDE BY 18 INCHES HIGH. MATERIAL; 19EA. Destn: DK7003 DK7A00. Delivery: 30 JUN 99 19 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 NUMBERED NOTE 26 The approximate issue/response date will be 26 Dec 96. To: United Technologies Corp, Windsor Locks Ct 06096-1010. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011521) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--BODY VALVE SOL F34601-97-08111 DUE 012797 POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional information contact Phil Mcconnell/Lidac/[405]739-4347 DESC: Item 0001 NSN 1660-00-288-5445 P/N: 3161797-3, Dim: 3.86 in long X 4.94 in high X 2.5 in dia; Matl: CRES 347. Serves as air flow channel for NHA valve assembly. 142EA. Applicable to: F15. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 DEC 96 142 ea 31 OCT 97 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011522) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--ACTUATOR SOL F34601-97-08147 DUE 012797 POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional information contact Charles Ferguson/Lidac/[405]739-4465 DESC: Item 0001 NSN 1650-01-204-3781 P/N: 7-5094-2, P/N 750942 Dim: Approx 12 in long x 5 in wide. Func: Used to actuate leading edge flaps. MAtl: Steel, aluminum, teflon and rubber. 8EA. Applicable to: Kc-135r. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 28 NOV 97 8 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 27 FEB 97. Written procedure will be used for this solicitation. To: Tactair Fluid Controls Inc, Liverpool Ny 13088-5552. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) numbered note 26. CITE: (I-347 SN011524) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--IMPELLA WHEEL SOL F34601-97-08148 DUE 012797 POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional information contact Phil Mcconnell/Lidac/[405]739-4347 DESC: Item 0001 NSN 1660-00-549-9993 P/N: 571574-2, Dim: Approx 8 in dia x 18 in long. Func: A component of the aircraft refrig- eration system that provides cool air to the cabin and the avionics. Matl: Titanium alloy. 21EA. Applicable to: F15. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 MAY 97 21 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Alliedsignal Aerospace Company, Torrance Ca 90504-6099. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011525) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--COOLING TURBINE SOL F34601-97-07046 DUE 013097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 1660-00-079-3779 P/N: 203805-4-1, P/N 4A90101-101D, APPROX 12 IN DIA X 16 IN L, OF ALLOY, STAINLESS STEEL & TITANIUM. TURBINE AIR D RIVEN COMPRESSOR & EXPANSION TYPE TURBINE THAT PROVIDE AIR FOR HEATING, COOLI NG, & PRESSURIZATION FOR C5A ACFT 9EA. Applicable to: C5a. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 AUG 98 9 ea The approximate issue/response date will be 30 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. See Note (s) NOTE 26. CITE: (I-347 SN011541) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--HEAT EXCHANGER, OXYGEN SOL F34601-97-R-08165 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Gayla Burchfield/Lidab/[405]739-5466 DESC: Item 0001 NSN 1660-00-070-7375BO P/N: 3H90052-101, P/N 2000 Dim: 20 inches long by 20 inches wide by 2 1/2 inches thick. Func: Life Support oxygen systems component used as an additive means of increasing Supply line length to assure complete evaporation of liquid oxygen. Matl: Aluminum alloy. 10EA. Applicable to: C141 - C130. Destn: DAT002. Delivery: 31 Jul 97 10 ea The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Conax Florida Corporation, St Petersburg Fl 33710 2936. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011555) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Wr-Alc/Lbk, 265 Ocmulgee Ct, Robins Air Force Base Ga 31098-1647 SUBJECT: 16--SWITCH ASSY, BRAKE SOL F09603-97-Q-11601 DUE 020397 POC For copy, WR-ALC/PKXOC include mfg code, For additional information contact Mark Hollifield/Lbka/[912]926-7353 DESC: Item 0001 NSN 1650-00-570-8730LG P/N: 1855D10, Dim: 1 1/2" X 3/4" X 3/4". Mat: Steel. Funct: Part of the flap asymmetry brake. Appl: C-130 acft. 14EA. Applicable to: C-130 Acft. Destn: Robins Air Force Base Ga 31098-1647. Delivery: 30 APR 97 14 ea FAX REQUEST NUMBER: 912-926-7572 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 14 Feb 97. Written procedure will be used for this solicitation. To: Geared Systems Inc, Park City Ut 84068 1900. To: Lockheed Martin Corp, Marietta Ga 30063-0290. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-347 SN011559) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--FROST SEA WARS KIT SOL F41608-97-R-0066 DUE 020397 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Rendon, Trini/Ldktk/[210]925-5898 DESC: Item 0001 NSN 1670-K1-400-700ALS P/N: 1914-006-01, Size: 4" X 3" Pred Mtrl: Electronics, overall steel Function: Salt water activated parachute release Del: 7 EACH - 30 APR 98, 7 EACH - 30 SEP 98, 7 EACH 31 JAN 99 8EA. Applicable to: F-16 A/B Peace Carvin. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 APR 98 8 ea Item 0002 NSN 1670-K1-400-700ALS Frost Sea Wars Kit P/N: 1914-006-01, Size: 4" X 3" Pred Mtrl: Electronics, overall steel Function: Salt water activated parachute release Del: 7 EACH - 30 APR 98, 7 EACH - 30 SEP 98, 7 EACH 31 JAN 99 21EA. Applicable to: F-16 A/B Peace Carvin. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 APR 98 7 ea 30 SEP 98 7 ea 29 JAN 99 7 ea CRITICAL APPLICATION - LIFE SUPPORT ITEM. FAX REQUEST FOR COPY OF SOLICITATION TO: TRINI RENDON II/LDKTK/FAX NO. 210-925-1059. The approximate issue/response date will be 02 Jan 97. To: Conax Florida Corp, Saint Petersburg Fl 33710-2936. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 23, 26, 73. CITE: (I-347 SN011578) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--ACTUATOR, OIL COOLER SOL F41608-97-R-16020 DUE 012097 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Carter, J./ldkte/[210]925-7751 DESC: Item 0001 NSN 1680-01-329-7411 P/N: 880T100-3, P/N 880T100-3 GEC L16-8-5 P/N: 695807-3, ACTUATOR, OIL COOLER IS A ELECTRO- MECHANICAL LINEAR ACTUATOR USED TO OPEN AND CLOSE THE OIL COOLER FLAP ON T-56 ENGINE FOR THE C-130 ACFT. ELECTRICAL COMPONE NTS/ALUM ALLOY. 11.005" L, 15.805" EXT., 4.90" W, 3.08" D. 161EA. Applicable to: T-56 Engine C130 Acft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 Dec 97 161 ea Restricted. Govt unable to provide bid sets, drawings, and/or specifications. Approved sources, only. See notes 22, 26, and 33. The approximate issue/response date will be 18 Dec 96. To: Gec/Marconi Aerospace Inc, Whippany Nj 07981-1640. To: The Talley Corporation, Oxnard Ca 93030-0000. To: Lockheed Corporation, Marietta Ga 30063-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1, 22, 26, 33, 73. CITE: (I-347 SN011581) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 17 -- PCM TELEMITRY PACKAGE MODEL RMU100 OR EQUAL. SOL N68335-97-R-0121 DUE 012897 POC Dianne Mount Contract Specialist, Code 213DM, (908) 323-2903. DESC: Procurement is for 6 each vehicular telemitry system which consists of 1 each: signal conditioning unit RMU1000001, 2 channel frequency to dig module MSC1000-004, 36 channel dig input module MCS1000-007, 16 chamber signal cond. module MSC1000-034, 034 ext. interface module MSC1000-037 and L-Band data link Tx, T602. Part numbers refer to Loral Microcom equipment; suppliers who can provide similar equipment that meets all salient characteristics. are encouraged to identify themselves. Delivery required 90 DAC. Contract deliverables: signal conditioning for 8 channels minimum, PCM encoder with output bit rate uo to 5 Mb/second adjustable. System enclosures to include any housing interconnection cabling and a set of mating connectors for all externally interfaced devices, 2 full sets of system documentation with each system to include housing wiring and individual board level wiring diagrams, all power and associated cabling required to operate system. 15 lbs, maximum and maximum dimensions 8" H X 12" W X 16" L in any dimension. Digital transducer signal conditioning shall provide a minimum of 12 channels by digital inputs and capable of conditioning 0-30 volt signal maximum battery voltage. System must operate from a 28 Vdc +/- 2 Vdc and total power consumption shall be less than 75 watts. Must operate in temperatures ranging from -10 def F to 120 deg F. and freely operational with humidity at 95% non-condensing (summer months). Deliver to NAWC Laehurst, NJ, FOB Destination. All responsible sources may submit an offer which will be considered. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-346 SN011076) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--SHIELD, AIRCRAFT GROUND. PLASTIC AND NEOPRENE MATERIAL. IRREGULAR SHAPE WITH WARNING STREAMER. SOL SP0750-97-Q-0475 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, William Chavez, (614)692-1288. DESC: PR-NO: YPC96299000052 NSN 1730-00-566-1665, CAGE 81205 Part No F70124-501 CAGE 82918 Part No F70124-501 CAGE 98750 Part No 7143499 shield, aircraft ground. plastic and neoprene material. irregular shape with warning streamer. Per USAF (98750) drawing 7143499 and all related data. 25 -EA Del to New Cumberland PA 17070-5001 Del by 120 days after date of award. 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. 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-347 SN011153) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 17--TRAILER, RAIL TYPE SOL F41608-97-20030 DUE 012097 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Ortiz, E./ldksh/[210]925-4801 DESC: Item 0001 NSN 1730-01-384-9070 P/N: 100628A, MULTI-ACFT 2EA. Applicable to: Multi-Aircraft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 DEC 97 2 ea THERE ARE NO DRAWINGS/SPECIFICATIONS AVAILABLE. The approximate issue/response date will be 18 Dec 96. The anticipated award date will be 31 MAR 97. Written procedure will be used for this solicitation. To: Air Logistics Corp, Pasadena Ca 91107-3120. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-347 SN011366) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 17--COVER SOL F41608-97-Q-44043 DUE 020397 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Blocher, David C./lpkaf/[210]925-7263 DESC: Item 0001 NSN 1730-00-396-2058PT P/N: P4006411, Errc N Cover 241ea. Applicable to: F100/200/220 Engines. Destn: Kelly Afb, Texas 78241-5443. Delivery: 31 JAN 97 241 ea Government specifications and drawings are available upon request The approximate issue/response date will be 02 JAN 97. The anticipated award date will be 25 Feb 97. Written procedure will be used for this solicitation. To: Universal Plastic Corp, Chicopee Ma 01013-0000. To: International Precision Inc, Chatsworth Ca 91313-3758. To: Kings Point Mfg Co Inc, Fayetteville Nc 28302-0000. To: United Electric Motor Co Inc, San Antonio Tx 78217-4812. To: 1cf21, . No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1 & 26. CITE: (I-347 SN011577) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 17--HOLD BACK ASSY, ENGINE SOL FD2050-97-20212 DUE 020397 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Hiatt, D./ldksf/[210]925-6267 DESC: Item 0001 NSN 1730-00-063-2862 P/N: 68D390001-1001, The hold back assembly keeps aircraft in place while in operation during maintenance. DIM: 155 IN LG., 121 IN W., 6 IN H. MATERIAL: STEEL, CODMIUM PLATED & PAINT FINISH BID SETS AVAILABLE 1ea. Applicable to: Multi Aircraft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 28 NOV 97 1 ea The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-347 SN011587) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 17 -- PCM TELEMETRY PACKAGE MODEL RMU100 OR EQUAL. SOL N68335-97-R-0121 DUE 012897 POC Dianne Mount Contract Specialist, Code 213DM, (908) 323-2903. DESC: Procurement is for 6 each vehicular telemetry system which consists of 1 each: signal conditioning unit RMU1000-001, 2 channel frequency to dig module MSC1000-004, 36 channel dig input module MCS1000-007, 16 chan signal cond. module MSC1000-034, 034 ext. interface module MSC1000-037 and L-Band data link TX, T602. Part numbers refer to Loral Microcom equipment; suppliers who can provide similar equipment that meets all salient characteristics are encouraged to identify themselves. Delivery required 90 DAC. Contract deliverables: signal conditioning for 8 channels minimum, PCM encoder with output bit rate up to 5 Mb/second adjustable, system enclosures to include any housing interconnection cabling and a set of mating connectors for all externally interfaced devices, 2 full sets of system documentation with each system to include housing wiring and individual board level wiring diagrams, all power and associated cabling required to operate system. 15 lbs, maximum and maximum dimensions 8" H X 12" W X 16" L in any dimension. Digital transducer signal conditioning shall provide a minimum of 12 channels of digital inputs and capable of conditioning 0-30 volt signal maximum battery voltage. System must operate from a 28 Vdc +/- 2 Vdc and total power consumption shall be less than 75 watts. Must operate in temperatures ranging from -10 deg F to 120 deg F. and fully operational with humidity at 95% non-condensing (summer months). Deliver to NAWC Laehurst, NJ, FOB Destination. All responsible sources may submit an offer which will be considered. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-347 SN011694) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--COUNTERSHAFT, GEAR, TRANSMISSION... E/I SWEEPER, ROTARY WAYNE MFG.MDL.2-973 FSN 3825-222-5062 SOL SP0770-97-Q-MH32 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) Nancy Stevens/614-6 92-4739. DESC: PR-NO: YPC96313000905 NSN 2520-00-484-8432, CAGE 76760 Part No 2507803 CAGE 76760 Part No 49679 CAGE 86403 Part No 2507803 countershaft, transmission. I/A/W Chrysler Corp. P/N 2507803 and new process gear Corp. P/N 2507803. 175 -EA Del to (Call contracting office) Del by 90 days ADO. 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: new process gear and Chrysler Corp. 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-347 SN011139) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--INSULATION, THERMAL, VEHICULAR. SOL SP0750-97-Q-0472 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julia M. Lewis, (614)692-1097. DESC: PR-NO: YPC96324000487 NSN 2540-01-203-9872, CAGE 19207 Part No 12339624-2 CAGE 34623 Part No sf-5590749 insulation, thermal, vehicular I/A/W army drawing 19207 12339624, P/N 12339624-2 680 -EA Del to Lathrop CA 95330 720 -EA Del to New Cumberland PA 17070-5001 small business size standard is 1,000 employees. Solicitation not available until 15 days afer 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, 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. 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-347 SN011141) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--HOUSING, DECOUPLER SOL SP0480-97-R-0472 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Roseanne Phillips/BL379/ 804-279-3571. contrac ting officer: Stephen M. Mason/804-279-3724 DESC: PR-NO: YPG96317000567 NSN 2835-01-003-1386, housing, decoupler Alliedsignal Inc Alliedsignal Engines CAGE 99193; P/N 367171-1 option to increase quantity - 100%; delivery schedule: 115 days - FOB origin. Other than full and open (10 U.S.C. 2304(C)(1)) only one source (NOTE 22), intended source: Allied Signal DSCR does not currently have an approved technical data package available for this NSN. Data is proprietary or insufficient for competitive procurement. Origin inspection required. Critical application item. 84 -EA Del to Kelly AFB TX 78241-5312 Del by 23 Jan 97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-346 SN011118) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--BLADE, TURBINE ROTOR SOL SP0480-97-R-0421 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Roseanne Phillips/BL379/ 804-279-3571. contrac ting officer: Stephen Mason/804-279-3724. DESC: PR-NO: YPG96320001007 NSN 2840-01-288-1373, blade, turbine rotor Allison Engine Co, CAGE 63005 P/N 23032701; origin inspection required, critical application item. Option to increase quantity - 100%. Delivery schedule: 157 days, FOB origin. Other than full and open (10 U.S.C. 2304(C)(1)). only one source (NOTE 22), intended source: Allison Engine Co. 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. 205 -EA Del to Richmond VA 23297-5900 Del by 31 Dec 96. All responsible sources may submit offer which DGSC shall consider. CITE: (I-346 SN011119) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--VANE, STAGE 4 DUE 011697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Groth/Lpdpb/[405]739-4427 DESC: Item 0001 NSN 2840-01-259-0609PR P/N: 9526M64G17, The item description of the stage 4 vane is an integral part of the vane and seal assembly for the F110/F101/F118 engines. The function of the stage 4 vane is to stabilize and direct the compressor air flow toward the combustor section of the engine. The dimensions = 6.3 inches long x 2.3 inches wide. The material consists of AMS5540. 134EA. Applicable to: F110/F101/F118 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Jan 98 134 ea Item 0002 NSN 2840-01-259-0609PR Vane, Stage 4 P/N: 9526M64G17, The item description of the stage 4 vane is an integral part of the vane and seal assembly for the F110/F101/F118 engines. The function of the stage 4 vane is to stabilize and direct the compressor air flow toward the combustor section of the engine. The dimensions = 6.3 inches long x 2.3 inches wide. The material consists of AMS5540. 84EA. Applicable to: F110/F101/F118 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Jan 98 84 ea Item 0003 NSN 2840-01-259-0609PR Vane, Stage 4 P/N: 9526M64G17, The item description of the stage 4 vane is an integral part of the vane and seal assembly for the F110/F101/F118 engines. The function of the stage 4 vane is to stabilize and direct the compressor air flow toward the combustor section of the engine. The dimensions = 6.3 inches long x 2.3 inches wide. The material consists of AMS5540. 50EA. Applicable to: F110/F101/F118 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Jan 98 50 ea Item 0004 NSN 2840-01-259-0609PR Vane, Stage 4 P/N: 9526M64G17, The item description of the stage 4 vane is an integral part of the vane and seal assembly for the F110/F101/F118 engines. The function of the stage 4 vane is to stabilize and direct the compressor air flow toward the combustor section of the engine. The dimensions = 6.3 inches long x 2.3 inches wide. The material consists of AMS5540. 11EA. Applicable to: F110/F101/F118 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Jan 98 11 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001-0004 The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 14 Feb 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. To: Electro-Methods Inc, South Windsor Ct 06074-2422. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011295) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--VANE STG 5 DUE 011697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Groth/Lpdpb/[405]739-4427 DESC: Item 0001 NSN 2840-01-259-9916PR P/N: 9526M65G21, Dim: Approx 1.075 inches wdth, 5.283 inches lg, due to variable and complex geometry of item dimensions are too numberious to record. Matl; Inco 718. Stage 5 vane appl to the F110 engine, fit in LP compressor case. A fixed vane which controls air flow. 285EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 27 Feb 98 285 ea Item 0002 NSN 2840-01-259-9916PR Vane Stg 5 P/N: 9526M65G21, Dim: Approx 1.075 inches wdth, 5.283 inches lg, due to variable and complex geometry of item dimensions are too numberious to record. Matl; Inco 718. Stage 5 vane appl to the F110 engine, fit in LP compressor case. A fixed vane which controls air flow. 178EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 27 Feb 98 178 ea Item 0003 NSN 2840-01-259-9916PR Vane Stg 5 P/N: 9526M65G21, Dim: Approx 1.075 inches wdth, 5.283 inches lg, due to variable and complex geometry of item dimensions are too numberious to record. Matl; Inco 718. Stage 5 vane appl to the F110 engine, fit in LP compressor case. A fixed vane which controls air flow. 107EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 27 Feb 98 107 ea Item 0004 NSN 2840-01-259-9916PR Vane Stg 5 P/N: 9526M65G21, Dim: Approx 1.075 inches wdth, 5.283 inches lg, due to variable and complex geometry of item dimensions are too numberious to record. Matl; Inco 718. Stage 5 vane appl to the F110 engine, fit in LP compressor case. A fixed vane which controls air flow. 23EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 27 Feb 98 23 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001-0004 The approximate issue/response date will be 16 Dec 96. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. To: Electro-Methods Inc, South Windsor Ct 06074-2422. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011296) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--FLAP, PRIMARY DUE 011797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Mary J Wade/Lpdpb/[405]739-4353 DESC: Item 0001 NSN 2840-01-192-1067PR P/N: 9539M85G01, Function: Used to dampen exhaust gases; dimensions and material are not available due to lack of engineering data. 279EA. Applicable to: F110 Eng; F16 Acft. Destn: OK NVA (N43713) Navy Bond Room OC-ALC TAFB. Delivery: 30 Sep 97 279 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 17 Dec 96. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Associated Aerospace Activities Inc, San Leandro Ca 94577-3194. To: Alloytek Inc, Chadds Ford Pa 19317-0198. To: B H Aircraft Co Inc, Farmingdale Ny 11735-2436. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 1. CITE: (I-347 SN011299) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--RING, AIR SEALING DUE 011797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Donna Hester/Lpdpa/[405]739-5394 DESC: Item 0001 NSN 2840-00-075-8463RV P/N: 488563, Made of AMS 5613 STS, Engineering Critical, Close Tolerance, Mfg to print limit s. 91EA. Applicable to: Tf33/C141 Aircraft. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 97 30 Ea 30 Apr 97 30 Ea 20 May 97 31 Ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 17 Dec 96. The anticipated award date will be 20 Feb 97. Written procedure will be used for this solicitation. To: Gros-Ite Industries, Farmington Ct 06032-3114. To: Purdy Corp The, Manchester Ct 06045-1898. To: Demusz Mfg Co Inc, East Hartford Ct 06108-1131. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Barridon Corp, Hartford Ct 06143-0000. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,23,26. CITE: (I-347 SN011303) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--HUB FRONT RC DUE 011697 POC For copy, Robert W Driver/Lpdpa/[405]739-5497, For additional information contact Robert W Driver/Lpdpa/[405]739-5497 DESC: Item 0001 NSN 2840-00-911-1035RV P/N: 542046, Hub-front, rear comprssor rotor, holds compr rotor disks in place. Made of AMS 6304ST. Rear disks. Dia 18.71c fwd hub dia od 6.352 by 6.415 long. 16EA. Applicable to: Tf33 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Oct 97 8 ea 28 Nov 97 8 ea Item 0002 NSN 2840-00-911-1035RV Hub Front Rc P/N: 542046, Hub-front, rear comprssor rotor, holds compr rotor disks in place. Made of AMS 6304ST. Rear disks. Dia 18.71c fwd hub dia od 6.352 by 6.415 long. 4EA. Applicable to: Tf33 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Oct 97 4 ea The approximate issue/response date will be 16 Dec 96. To: United Technologies/Pratt & Whitney, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011304) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--COMPRESSOR STATOR 2ND STAGE ASSY SOL F41608-97-R-45089 DUE 012397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Flores, H. L./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-310-4079PT P/N: 4074822, APPROX: 33.030 IN. DIA BY 2 1/4 IN. HEIGHT MATL: AMS 4928 TITANIUM ALLOY DIVERTS INLET AIR TO THE AFT STAGES OF THE ENGINE 36ea. Applicable to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 31 OCT 97 18 ea 28 NOV 97 18 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 PROPOSAL. FAILURE TO SUBMIT A SOURCE APPROVAL PACKAGE NLT CLOSING DATE OF The approximate issue/response date will be 23 Dec 96. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 13,22,23. CITE: (I-347 SN011371) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--OUTER VANE, 2ND STAGE FAN STATOR SOL F41608-97-R-49001 DUE 012097 POC For copy, Fax request to LPKBD at 210-925-2398, For additional information contact Hardin, P./lpkbd/[210]925-6330 DESC: Item 0001 NSN 2840-01-072-3522PS P/N: 9184M14P12, Size: 11.50" x 10.50" x 1.75" Pred matl: AMS 4141 Function: Outer vane is an airfoil shaped component used to direct air into the Fan Rotors blades. A 3-year requirements type contract is anticipated. Total Best Estimated Quantity (BEQ) is 1103 each. Delivery: First article test procedures due 30 days prior to first article testing, first article test report due 15 days after completion of first article testing with 45 days allowed for government approval, 3 each first articles due 30 days after first article test report approval, production articles - 200 ea within 180 days after approval of first article test report and continue at the rate of 200 ea month until complete. 1103EA. Applicable to: Tf 39 Eng. Destn: Kelly Afb, Texas 78241-6015. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 Government furnished drawings and specifications are not available. In accordance with DD Form 1423 The approximate issue/response date will be 18 Dec 96. To: United Aero Products, Burlington Nj 08920. To: General Electric Co, Cincinnati Oh 45215-6303. To: Precision Metal Products Inc, El Cajon Ca 92022. To: Macrodyne Ind, Los Angeles Ca 90010-3704. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 9, 23, 26. CITE: (I-347 SN011372) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--VANE SOL F41608-97-R-43087 DUE 020397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Flores, H. L./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-321-4455PT P/N: 4077250, Predominant material of manufacture nickel alloy. Size/Dimensions: 5 in x 1.25 in appros. Fit/Function: the vane airfoil an inner and outer journal which allow the airfoil to change angle with RPM change on the F100/229 Engine. 520EA. Applicable to: F100/Pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 28 Feb 97 173 ea 31 Mar 97 173 ea 30 Apr 97 174 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 02 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 13,22,23,26. CITE: (I-347 SN011374) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 28--SPACER ASSY,TURBINE SOL F41608-97-R-46031 DUE 020397 POC For copy, Fax request to LPKBC at (210)925-8780, For additional information contact Tijerina, R./lpkbc/[210]925-4607 DESC: Item 0001 NSN 2840-00-012-7055RW P/N: 6844794, Size: 20" x 1 1/2" Pred matl: Corrosion resistant steel Function: Round/separates & locks the turbine wheels to assure rotation. A 2 year requirements type contract is anticipated. Best Estimated Quantity (BEQ) is 78 each. Delivery: 20 ea starting 14 months aro and continue at the rate of 20 each thereafter. 78EA. Applicable to: T56 Engine. Destn: Kelly Afb, Texas 78241-6427. Government furnished drawings and specifications are not available. The approximate issue/response date will be 03 Jan 97. To: Allison Engine Company, Indianapolis In 46206-0420. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011375) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SUPPORT SOL F34601-97-Q-52940 DUE 012397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 2840-01-080-0944RV P/N: 506160, SUPPORT - DIM: 5" OD X 4 1/2 " ID X5" LONG. KIND OF MAT'L: SST. FUNCTION: A REPLACEMENT REPAIR PARTFOR THE SUPPORT OF THE ANGLE GEAR DRIVE.TF33-3,5,7A, 9,11A,102,102A. 33ea. Applicable to: Tf33 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 MAR 97 33 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 03 MAR 97. Written procedure will be used for this solicitation. To: Aba Industries Inc, Pinellas Park Fl 34666-9000. To: J T Slocomb Co, South Glastonbury Ct 06073-9790. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26. CITE: (I-347 SN011402) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SHROUD 16TH INNER SOL F34601-97-R-52867 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Tom K. Williams/Lpdpa/[405]739-5507 DESC: Item 0001 NSN 2840-01-221-3641RV P/N: 7944566, P/N 794566 Dim: 23.820 in od x 23.403 in id x 1.604 in wide; Matl: Ams 5616 stainless steel. Function: directs airflow into the combustion chamber. 108EA. Applicable to: Tf33 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 108 ea The approximate issue/response date will be 10 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: J T Slocomb Co, South Glastonbury Ct 06073-9790. To: Gros-Ite Industries, Farmington Ct 06032-3114. To: Flanagan Bros Inc, Glastonbury Ct 06033-3077. To: Purdy Corp The, Manchester Ct 06045-1898. To: Stowe Machine Co Inc, Windsor Ct 06095-0218. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. See Note (s) 1. CITE: (I-347 SN011403) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--LINER, SEGM SOL FD2030-97-49376 DUE 012397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Willie Roberts/Lpdpb/[405]739-4346 DESC: Item 0001 NSN 2840-01-368-4821PR P/N: 1461M35P001A, NOUN: LINER,SEG, PN 1461M35P001A, USED ON F110 ENG, F16 ACFT 138EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 APR 97 138 ea No Data Available. Must be an approved source. See clause I-70. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 14 FEB 97. Written procedure will be used for this solicitation. To: General Electric Supply Co, Mt Laurel Nj 08054-1702. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(3), Justification: It is necessary to award the contract to a particular source or sources in order (1) to maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in the case of a national emergency or to achieve industrial mobiliza- tion, or (2) To establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011409) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--165-1 GAS TURBINE ENGINE (APU/C5 SOL F41608-97-R-0073 DUE 012397 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Cook, D/Ldkj/[210]925-8881 DESC: Item 0001 NSN 2835-01-342-9919 P/N: 380594-2, GAS TURBINE ENGINE FOR C-5 ACFT .. A one (1) year requirement contract with a one (1) year option period is being solicited for the repair/overhaul of the GTCP 165-1 A/B Gas Turbine Engine and 24 each items which are component parts thereof and which are not specifically identified herein. This requirement supports the C-5 and the E-3A aircraft. .. Basic year BEQ for the engine is 8 each. Option year BEQ for the engine is also 8 each. .. Government's required delivery schedule is 30 days after receipt of delivery order or reparables, whichever is later. .. 1ea. Applicable to: C-5 Aircraft. Destn: Kelly Afb, Texas 78241-6449. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 23 Dec 96. To: Allied Signal Inc, Phoenix Az 85072-2181. To: Sabreliner Corp, Neosho Mo 64850-9199. To: UNC Airwork Corp, . No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 23, 26.. CITE: (I-347 SN011414) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--OUTER VANE, 2ND STAGE FAN STATOR SOL F41608-97-R-49001 DUE 012097 POC For copy, Fax request to LPKBD at 210-925-2398, For additional information contact Hardin, P./lpkbd/[210]925-6330 DESC: Item 0001 NSN 2840-01-072-3522PS P/N: 9184M14P12, Size: 11.50" x 10.50" x 1.75" Pred matl: AMS 4141 Function: Outer vane is an airfoil shaped component used to direct air into the Fan Rotors blades. A 3-year requirements type contract is anticipated. Total Best Estimated Quantity (BEQ) is 1103 each. Delivery: First article test procedures due 30 days after contract award, first article test report due 15 days after completion of first article testing with 45 days allowed for government approval, 3 each first articles due 30 days after first article test report approval, production articles - 200 ea within 180 days after approval of first article test report and continue at the rate of 200 ea month until complete. 1103EA. Applicable to: Tf 39 Eng. Destn: Kelly Afb, Texas 78241-6015. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 Government furnished drawings and specifications are not available. In accordance with DD Form 1423 The approximate issue/response date will be 18 Dec 96. To: United Aero Products, Burlington Nj 08920. To: General Electric Co, Cincinnati Oh 45215-6303. To: Precision Metal Products Inc, El Cajon Ca 92022. To: Macrodyne Ind, Los Angeles Ca 90010-3704. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 9, 23, 26. CITE: (I-347 SN011417) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--CAP SOL FD2050-97-40014 DUE 122096 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Gaitwood-Smith, L./ldkj/[210]925-8881 DESC: Item 0001 NSN 2835-01-179-1612 P/N: 3601406-1, Applicable B-1B Acft ISSP Screening Exempt- PICA FAD 1-1 B BrickbatDX-A2 RATING 21EA. Destn: Kelly Afb, Texas 78241-6449. Delivery: 12 FEB 98 21 ea The approximate issue/response date will be 06 Dec 96. The anticipated award date will be 27 DEC 96. Written procedure will be used for this solicitation. To: Allied Signal Inc, Phoenix Az 85072-2181. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) SEE NOTE 22. CITE: (I-347 SN011418) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--STG 4 VANE AND SEAL ASSY SOL F34601-97-49386 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Mckeel/Lpdpb/[405]739-5495 DESC: Item 0001 NSN 2840-01-308-5488PR P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 93EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 31 ea 28 NOV 97 31 ea 31 DEC 97 31 ea Item 0002 NSN 2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 59EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 19 ea 28 NOV 97 19 ea 31 DEC 97 21 ea Item 0003 NSN 2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 35EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 11 ea 28 NOV 97 11 ea 31 DEC 97 13 ea Item 0004 NSN 2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 10EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 3 ea 28 NOV 97 3 ea 31 DEC 97 4 ea PRE-QUALIFICATION OF SOURCES REQUIRED. FIRST ARTICLE FOR GOVERNMENT TESTING MAY BE REQUIRED. The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Kerns Mfg Corp, Long Island City Ny 11101-2690. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011422) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SHROUD SEGMENT, TURBINE SOL F34601-97-Q-49353 DUE 012397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 2840-01-312-3481PR P/N: 1441M36G07, Each segment is approx 1.885 1.825 inches Matl-segment is_B50TF75 (CL-C) Honeycomb is B50TF219 (Cabot 214) Functions are to act as a seal for the noxxle assy The item consist of 12 segments of unfilled honeycomb type seal mounted at the reare of the nozzle support F110-129 Engine NHA Nozzle Assy 58ea. Applicable to: F110-129 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 58 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Firms interested in proposing on this RFP must have on file a current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-347 SN011426) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SHROUD SOL F34601-97-R-52909 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Donna Hester/Lpdpa/[405]739-5394 DESC: Item 0001 NSN 2840-01-160-6491RV P/N: 734873, Dim: approx 22.0 OD x 15.4 ID x 1.6 inch wide; Matl: stainless steel. Function: as SPT for inner ends of 3 stg turb vanes and as stationary inner air seal btwn 2 and 3 stg disks. 50Ea. Applicable to: Tf33 P102. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 99 50 Ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. To: Gros-Ite Industries, Farmington Ct 06032-3114. To: Ambel Precision Mfg Corp, Bethel Ct 06801-0000. To: Kerns Mfg Corp, Long Island City Ny 11101-2690. To: Columbia Manufacturing Inc, Columbia Ct 06237-0368. To: J T Slocomb Co, South Glastonbury Ct 06073-9790. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,23,26. CITE: (I-347 SN011430) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--GAS TURBINE ENGINE SOL F41608-97-R-0075 DUE 012497 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Cook, D/Ldkj/[210]925-8881 DESC: Item 0001 NSN 2835-01-242-8063 P/N: 380834-1-7, Size: 36.8 length X 32.3 wide X 23.1 height, 290 lbs. weight Pred mrtl: Overall Steel Function: Provides mechanical & pneumatic power thru compression of air by two stage centrifugal compressure assembly. ................... A one (1) year requirement contract with a one (1) year option period is being solicited for the repair/overhaul of 2 Bearing 85 Series Gas Turbine Engines and various components thereof. Items are applicable to multi aircraft. BEQ for this NSN is 11 each in basic year and 11 each in option year. .................... All NSNs will not be identified. Other significant NSNs are: 2835-01-056-6467, 2835-01-241-2308, 2835-01-341-5955, 2910-01-009-2822YP, 2920-01-013-9867YP, and 2910-01-013-2741YP. 1ea. Applicable to: Gtcp 85& 180. Destn: Kelly Afb, Texas 78241-6449. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 24 Dec 96. To: Allied Signal Inc, Phoenix Az 85072-2181. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 23,26.. CITE: (I-347 SN011459) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--STG 4 VANE AND SEAL ASSY SOL F34601-97-49386 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Mckeel/Lpdpb/[405]739-5495 DESC: Item 0001 NSN 2840-01-308-5488PR P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 93EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 31 ea 28 NOV 97 31 ea 31 DEC 97 31 ea Item 0002 NSN 2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 59EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 19 ea 28 NOV 97 19 ea 31 DEC 97 21 ea Item 0003 NSN 2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 35EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 11 ea 28 NOV 97 11 ea 31 DEC 97 13 ea Item 0004 NSN 2840-01-308-5488PR Stg 4 Vane And Seal Assy P/N: 1559M54G05, P/N 1559M54G04 The stg 4 vanes are fixed vanes, inmultiple sections which slide into circumfer Ential slots in the case. They direct air at the correct Angle for efficien T operation of The compressor. Mat'l: Ams 5540, Inco 718, and colloidal gra Phite. Dim: 6.3 inc long, 2.3 inc wide And 1.4 inc deep. A Ppl to f110100-129. 10EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 3 ea 28 NOV 97 3 ea 31 DEC 97 4 ea PRE-QUALIFICATION OF SOURCES REQUIRED. FIRST ARTICLE FOR GOVERNMENT TESTING MAY BE REQUIRED. The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Kerns Mfg Corp, Long Island City Ny 11101-2690. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011466) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SHROUD SEGMENT, TURBINE SOL F34601-97-Q-49353 DUE 012397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 2840-01-312-3481PR P/N: 1441M36G07, Each segment is approx 1.885 1.825 inches Matl-segment is_B50TF75 (CL-C) Honeycomb is B50TF219 (Cabot 214) Functions are to act as a seal for the noxxle assy The item consist of 12 segments of unfilled honeycomb type seal mounted at the reare of the nozzle support F110-129 Engine NHA Nozzle Assy 58ea. Applicable to: F110-129 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 OCT 97 58 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Firms interested in proposing on this RFP must have on file a current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-347 SN011470) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SHROUD SOL F34601-97-R-52909 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Donna Hester/Lpdpa/[405]739-5394 DESC: Item 0001 NSN 2840-01-160-6491RV P/N: 734873, Dim: approx 22.0 OD x 15.4 ID x 1.6 inch wide; Matl: stainless steel. Function: as SPT for inner ends of 3 stg turb vanes and as stationary inner air seal btwn 2 and 3 stg disks. 50Ea. Applicable to: Tf33 P102. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 99 50 Ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. To: Gros-Ite Industries, Farmington Ct 06032-3114. To: Ambel Precision Mfg Corp, Bethel Ct 06801-0000. To: Kerns Mfg Corp, Long Island City Ny 11101-2690. To: Columbia Manufacturing Inc, Columbia Ct 06237-0368. To: J T Slocomb Co, South Glastonbury Ct 06073-9790. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,23,26. CITE: (I-347 SN011474) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SPACER SOL F34601-97-Q-52892 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Joanne Davis/Lpdpa/[405]739-4128 DESC: Item 0001 NSN 2840-00-869-1448RV P/N: 513539, Dim: O.D. of 33.510 in x 0.277 thick. Func: Provides the proper spacing between 2nd and 3rd stage turbine nozzle vane assemblies. Matl: AMS 5754 NI alloy. 210EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 May 97 210 ea SURPLUS ACCEPTABLE The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 05 Mar 97. Written procedure will be used for this solicitation. To: Beacon Industries Inc, Bloomfield Ct 06002-3594. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Numet Machine Techniques Inc, Stratford Ct 06497-0000. To: Rds Manufacturing Inc, Broken Arrow Ok 74012-2337. To: Nci Inc, Asheville Nc 28803-1729. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26,. CITE: (I-347 SN011487) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--VANE STG 4 SOL F34601-97-49446 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Mckeel/Lpdpb/[405]739-5495 DESC: Item 0001 NSN 2840-01-192-5416PR P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16 Aircraft, Models C and D. Fixed Van sector which slides into a circumferetial slot in the case. Mult Vane Sectors comprise one vane stg. Directs air thru Compressor. Vane Sector composed of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,. 030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness is.030-.34 in. Surface finish 125AA. Contains precious metals. 13EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 JAN 98 13 ea Item 0002 NSN 2840-01-192-5416PR Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16 Aircraft, Models C and D. Fixed Van sector which slides into a circumferetial slot in the case. Mult Vane Sectors comprise one vane stg. Directs air thru Compressor. Vane Sector composed of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,. 030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness is.030-.34 in. Surface finish 125AA. Contains precious metals. 7EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 JAN 98 7 ea Item 0003 NSN 2840-01-192-5416PR Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16 Aircraft, Models C and D. Fixed Van sector which slides into a circumferetial slot in the case. Mult Vane Sectors comprise one vane stg. Directs air thru Compressor. Vane Sector composed of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,. 030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness is.030-.34 in. Surface finish 125AA. Contains precious metals. 4EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 JAN 98 4 ea Item 0004 NSN 2840-01-192-5416PR Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16 Aircraft, Models C and D. Fixed Van sector which slides into a circumferetial slot in the case. Mult Vane Sectors comprise one vane stg. Directs air thru Compressor. Vane Sector composed of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,. 030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness is.030-.34 in. Surface finish 125AA. Contains precious metals. 1EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 JAN 98 1 ea Item 0005 NSN 2840-01-192-5416PR Vane Stg 4 P/N: 9526M64G15, Vane Stg 4. Appl. F110 engine/F16 Aircraft, Models C and D. Fixed Van sector which slides into a circumferetial slot in the case. Mult Vane Sectors comprise one vane stg. Directs air thru Compressor. Vane Sector composed of AMS5540 per BSOTF14CL-8. Also consists of a Support, a Support fwd and aft, and a Stiffner. Approx. Dim. are 6.415 in. long,. 030 - 0.034 in. surface finish, 1.797 in. wide. Material thichness is.030-.34 in. Surface finish 125AA. Contains precious metals. 48EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 JAN 98 48 ea Item 0006 data, 1 lot FIRST ARTICLE FOR GOVERNMENT TESTING MAY BE REQUIRED. PRE-QUALIFICATION OF SOURCES IS REQUIRED. The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. To: Electro-Methods Inc, South Windsor Ct 06074-2422. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. CITE: (I-347 SN011488) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SEAL, AIR AND OIL SOL F34601-97-49476 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Mckeel/Lpdpb/[405]739-5495 DESC: Item 0001 NSN 2840-01-356-3538PN P/N: 1663M91G03, THE AIR/OIL SEAL SECURES TO THE FANFRAME HUB. ITS FUNCTION IS TO PRESSURIZE THE FRWRD BRNG SUMP TO PRVNT INTERNAL OIL LOSS.DIMS APPROX 14 INDIAM AT THE MNTNG FLANGE THAT TAPERS DOWN TO APPROX 10 IN AT THE REAR LOCATION OF THE ABRADBLE SE ALS.AXIAL WIDT IS APPROX 11 IN.MATL IS A NON ABESTOS FBRGLS REINFORCED POLUIMID E COMPOSITE.NHA/APPL F-108 ENG. 4EA. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 27 FEB 98 4 ea The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Cfm International, Cincinnati Oh 45215-0514. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. CITE: (I-347 SN011489) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SHROUD ASSY SOL F34601-97-R-52833 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Diane Kalousdian/Lpdpa/[405]739-5391 DESC: Item 0001 NSN 2840-00-966-8074RV P/N: 489054, Dim: approx ID 19.770-19.730 x 1.380 wide (89 slots equally spaced). Matl: AMS 5736 AMS 5740 SST. This item is engineering critical, maintain blue print specs. 212EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 27 FEB 98 212 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. To: Kerns Mfg Corp, Long Island City Ny 11101-2690. To: Alamo Aircraft Supply Inc, San Antonio Tx 78237-0343. To: J T Slocomb Co, South Glastonbury Ct 06073-9790. To: Ambel Precision Mfg Corp, Bethel Ct 06801-0000. To: Electro-Methods Inc, South Windsor Ct 06074-2422. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26. CITE: (I-347 SN011492) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--14TH STAGE SPACER SOL F34601-97-R-52912 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Diane Kalousdian/Lpdpa/[405]739-5391 DESC: Item 0001 NSN 2840-00-987-5798RV P/N: 461484, Dim: Dia of 18.904, width of 1.869 with 16 holes equally spaced and located within. 002 of true position of the diameter. Matl: Pwa 1022 nickel alloy. 117EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 31 JUL 98 117 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. To: Gros-Ite Industries, Farmington Ct 06032-3114. To: Budney Industries Inc, Berlin Ct 06037-3741. To: Beacon Industries Inc, Bloomfield Ct 06002-3594. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Stowe Machine Co Inc, Windsor Ct 06095-0218. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26. CITE: (I-347 SN011493) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--2ND STAGE NOZZLE ASSY SOL F34601-97-Q-49438 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Diane Kalousdian/Lpdpa/[405]739-5391 DESC: Item 0001 NSN 2840-01-283-8905NK P/N: 41411, 2ND STG NOZZLE ASSY IS A HOUSING COMPOSED OF TURBINE NOZLE VANES, BEARING H OUSINGS AND OIL TUBES. FUNCTION OF 2ND STG NOZLE ASSY IS TO PROVIDE SUPPORT FOR THE #4 AND #5 BEARING HOUSINGS, WHICH ARE SUPPORTED BY VANES. DIMENS IONS AREAPPROX 10.00 INCH OUTER DIAMETER BY4.00 INCH IN HEIGHT. MATERIAL C ONSISTS OF ALLOY 713 LC CAST. 7EA. Applicable to: F112 Engine. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 30 OCT 98 7 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Williams International, Walled Lake Mi 48088-0200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011502) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--TIE ROD SOL F34601-97-Q-52880 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Gregory Harris/Lpdpa/[405]739-5482 DESC: Item 0001 NSN 2840-00-979-9505RV P/N: 463557, TIEROD-FRONT COMPRESSOR ROTOR REAR. STEEL MATERIAL. APPROX SIZE. 625 OD BY 30 I N. LONG. HAS HEAD ON ONE END AND THREADS ON THE OTHER. FUNCTION IS TO FASTEN FR ONT COMPRESSOR ROTOR DISKS AND SPACERS ANDHUBS TOGETHER/TF33P7/100 ENGINES . 590EA. Applicable to: T33, P7/100. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 30 NOV 98 590 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Sps Technologies Inc, Jenkintown Pa 19046-2299. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011503) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--RING, AIR SEALING SOL F34601-97-Q-52919 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Diane Kalousdian/Lpdpa/[405]739-5391 DESC: Item 0001 NSN 2840-00-981-9212RV P/N: 454387, Dim: Ring, air sealing, 2 step 10-19.330 in one step, 19.430 second step x 0.050 in thk approx, flanged. Matl: AMS 5613 SST. Functions to provide airseal between 13th stage stator and 13th stage spacer. 219EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 30 MAY 97 219 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Barridon Corp, Hartford Ct 06143-0000. To: Metro Machine Works Inc, Romulus Mi 48174-2717. To: Khs Corp, Huntingdon Valley Pa 19006-0000. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Dover Tool Company, Bridgeport Ct 06605-2220. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-347 SN011504) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--ROD SOL F34601-97-Q-52944 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 2840-00-066-9896RV P/N: 460627, P/N 460627 REV. B P/N: 571513-1, Dim: approx 0.510 in ID x 0.650 in OD x 13.490 in lg. below head, head 0.150 in high, 0.5625-18 spl form left-hand internal thread 0.760 in. deep, 0.750-16 spl form external thread 0.68 inches long. Matl: AMS 5737 216EA. Applicable to: Tf33/7/100 Engine. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 28 FEB 97 216 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Empire Mfg Corp, Bridgeport Ct 06604-3150. To: Lewis Machine Co, East Hartford Ct 06128-0205. To: S & L Metal Products Corp, Maspeth Ny 11378-0000. To: Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Windsor Manufacturing, Windsor Ct 06095-2043. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-347 SN011507) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--CASE COMBUSTION CASE SOL FD2030-97-49374 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Mary J Wade/Lpdpb/[405]739-4353 DESC: Item 0001 NSN 2840-01-426-4379PR P/N: 1864M75G01, CDN case F110-100 contains the hot on gases produced during engine operation. The case houses the combustion chamber, HPT nozzle and HPT shroud. The fuel manifold, fuel nozzles and stage 5 bleed tube attach to the case. The case also contains threaded bosses for the igniters. Material content is Inconel 718. Dimensions are approx 49 inches long x 42 inches diameter x 37 inches high with a gross weight of 350 pounds. Applications: F110-100 engine; F16 aircraft. 52EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Sep 98 17 ea 30 Oct 98 17 ea 30 Nov 98 18 ea Item 0002 NSN 2840-01-426-4379PR Case Combustion Case P/N: 1864M75G01, CDN case F110-100 contains the hot on gases produced during engine operation. The case houses the combustion chamber, HPT nozzle and HPT shroud. The fuel manifold, fuel nozzles and stage 5 bleed tube attach to the case. The case also contains threaded bosses for the igniters. Material content is Inconel 718. Dimensions are approx 49 inches long x 42 inches diameter x 37 inches high with a gross weight of 350 pounds. Applications: F110-100 engine; F16 aircraft. 3EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Sep 98 3 ea Item 0003 NSN 2840-01-426-4379PR Case Combustion Case P/N: 1864M75G01, CDN case F110-100 contains the hot on gases produced during engine operation. The case houses the combustion chamber, HPT nozzle and HPT shroud. The fuel manifold, fuel nozzles and stage 5 bleed tube attach to the case. The case also contains threaded bosses for the igniters. Material content is Inconel 718. Dimensions are approx 49 inches long x 42 inches diameter x 37 inches high with a gross weight of 350 pounds. Applications: F110-100 engine; F16 aircraft. 8EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Sep 98 8 ea Item 0004 data, 1 lot Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 01,02,03 The approximate issue/response date will be 27 Dec 96. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-347 SN011509) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--NOZZLE SWIRL SOL F34601-97-49442 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact John Mckeel/Lpdpb/[405]739-5495 DESC: Item 0001 NSN 2840-01-311-4796PR P/N: 1275M27P04, Dim/Func: Nozzle assist in fuel/air mixture for combustion bor dia 0.543, flange thickness. 045 in., eight holes equally spaced. 175 in. dia. Matl: L605 2635EA. Applicable to: F110; F16. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 2635 ea Item 0002 NSN 2840-01-311-4796PR Nozzle Swirl P/N: 1275M27P04, Dim/Func: Nozzle assist in fuel/air mixture for combustion bor dia 0.543, flange thickness. 045 in., eight holes equally spaced. 175 in. dia. Matl: L605 1647EA. Applicable to: F110; F16. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 1647 ea Item 0003 NSN 2840-01-311-4796PR Nozzle Swirl P/N: 1275M27P04, Dim/Func: Nozzle assist in fuel/air mixture for combustion bor dia 0.543, flange thickness. 045 in., eight holes equally spaced. 175 in. dia. Matl: L605 988EA. Applicable to: F110; F16. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 988 ea Item 0004 NSN 2840-01-311-4796PR Nozzle Swirl P/N: 1275M27P04, Dim/Func: Nozzle assist in fuel/air mixture for combustion bor dia 0.543, flange thickness. 045 in., eight holes equally spaced. 175 in. dia. Matl: L605 220EA. Applicable to: F110; F16. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 97 220 ea FIRST ARTICLE FOR GOVERNMENT TESTING IS REQUIRED. PRE-QUALIFICATION OF SOURCES IS REQUIRED. The approximate issue/response date will be 26 Dec 96. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Artisan Industries Inc, Waltham Ma 02254-9193. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011527) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SPACER SOL F34601-97-Q-52892 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Joanne Davis/Lpdpa/[405]739-4128 DESC: Item 0001 NSN 2840-00-869-1448RV P/N: 513539, Dim: O.D. of 33.510 in x 0.277 thick. Func: Provides the proper spacing between 2nd and 3rd stage turbine nozzle vane assemblies. Matl: AMS 5754 NI alloy. 210EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 May 97 210 ea SURPLUS ACCEPTABLE The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 05 Mar 97. Written procedure will be used for this solicitation. To: Beacon Industries Inc, Bloomfield Ct 06002-3594. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Numet Machine Techniques Inc, Stratford Ct 06497-0000. To: Rds Manufacturing Inc, Broken Arrow Ok 74012-2337. To: Nci Inc, Asheville Nc 28803-1729. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26,. CITE: (I-347 SN011529) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--STAGE II SHROUD SOL F34601-97-R-49421 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 2840-01-200-6464PR P/N: 1284M82G05, Overall length 12.233 inches nom. Overall width 1.890 in nom. Feature outer radius 2nd end 11.908 in., inner radius 1st end 11.393 in., inner radius nd end 11.14 in., Formed shape 45 deg. 7 min. 27 sec. 11 holes 0.3535 in. dia. counterbore 0.520 in. dia. w/2 cutter un outs per ea hole. Material ams 4150 surface treatment anodize overall. Function: Holds the spindle end of the fan stator vanes inposition. 202EA. Applicable to: F110ge100. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Oct 97 61 ea 27 Feb 98 47 ea 31 Mar 98 47 ea 30 Apr 98 47 ea Item 0002 data, 1 lot Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001/0002 BEQ REQUIREMENT MIN QTY: 202 MAX QTY: 1149 The approximate issue/response date will be 26 Dec 96. To: General Tool Co, Cincinnati Oh 45215-3405. To: Modern Industries Inc, Phoenix Az 85034-1607. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Trigon Tool Corp, Ferndale Mi 48220-2134. To: Meco Incorporated, Paris Il 61944-0508. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 1. CITE: (I-347 SN011530) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--BLADE,COMPRESSOR 2ND STAGE SOL F34601-97-49485 DUE 013097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Alex Varughese/Lpdpb/[405]739-5490 DESC: Item 0001 NSN 2840-01-341-0049PR P/N: P122P06, Item is compressor rotor blade P/N P122P06. Helps to create and increase air flow as it is processed thru the engine. Dim 1.4 in x 1.8 in x 3.1 in. Material is titanium base. Used on F110-100/129 and F118 engines. F16C/D aircraft, B2A aircraft. 143EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 98 143 ea Item 0002 NSN 2840-01-341-0049PR Blade,Compressor 2nd Stage P/N: P122P06, Item is compressor rotor blade P/N P122P06. Helps to create and increase air flow as it is processed thru the engine. Dim 1.4 in x 1.8 in x 3.1 in. Material is titanium base. Used on F110-100/129 and F118 engines. F16C/D aircraft, B2A aircraft. 380EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 98 380 ea Item 0003 NSN 2840-01-341-0049PR Blade,Compressor 2nd Stage P/N: P122P06, Item is compressor rotor blade P/N P122P06. Helps to create and increase air flow as it is processed thru the engine. Dim 1.4 in x 1.8 in x 3.1 in. Material is titanium base. Used on F110-100/129 and F118 engines. F16C/D aircraft, B2A aircraft. 27EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 SEP 98 27 ea The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 03 MAR 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011542) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--RETAINER,SEAL SOL F34601-97-Q-49466 DUE 013097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 2840-01-146-9396JF P/N: 9978M69G42, Matl steel per ams 5536 and 5540 105 deg 0.966 in.thick body 0.71 in min and 0. 74 in.max wd flange 1.045 in.wd 16.966 in od based on 360 degincludes 7 dimples for stage3 f101 302EA. Applicable to: F101. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 May 97 185 ea 30 Apr 98 39 ea 29 May 98 39 ea 30 Jun 98 39 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 27 Feb 98. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Steel Tool And Engineering Co, Taylor Mi 48180-5220. To: Metro Machine Works Inc, Romulus Mi 48174-2717. To: Tube Processing Corp, Indianapolis In 46203-0049. To: Ferrotherm Co, Cleveland Oh 44125-1117. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 1. CITE: (I-347 SN011551) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--VANE SOL F34601-97-Q-52939 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Jim Stephens/Lpdpa/[405]739-5501 DESC: Item 0001 NSN 2840-01-159-6820RV P/N: 534465, Vane, compressor-15th stage. Dim-width. 796 to. 784, length 2.290 to 2.300 in. Matl ams 5504 or 5613. Function-used to direct airflow. Nha-comp stator assy. Tf33p102/102a eng. 9837EA. Applicable to: Tf33p102/102a Eng. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 29 AUG 97 9837 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 05 MAR 97. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: J T Slocomb Co, South Glastonbury Ct 06073-9790. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-347 SN011552) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--VANE, 13TH STAGE, COMPR SOL F34601-97-Q-52965 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Jim Stephens/Lpdpa/[405]739-5501 DESC: Item 0001 NSN 2840-00-966-8062RV P/N: 477053, VANE CPRSR, STAINLESS STEEL. APPL TF33,P7,P100. 1125EA. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 31 JUL 97 1125 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 05 MAR 97. Written procedure will be used for this solicitation. To: United Technologies, East Hartford Ct 06108-0969. To:, . No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011554) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--VANE SOL F34601-97-Q-52977 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Jim Stephens/Lpdpa/[405]739-5501 DESC: Item 0001 NSN 2840-01-160-3181RV P/N: 534460, 10TH STAGE COMPRESSOR VANE. DIM-WIDTH. 924 TO. 936, LENGTH 3.504 TO 3.514 IN. M ATL-AMS 5504 OR 5613. USED TO DIRECT AIR FLOW. NHA-COMPRESSOR STATOR ASSY. TF33 -P102/102A ENGINE 2842EA. Applicable to: Tf33-P102/102a Engine. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 28 NOV 97 2842 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 02 APR 97. Written procedure will be used for this solicitation. To: United Technologies, East Hartford Ct 06108-0969. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011566) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SEAL SOL F34601-97-Q-52979 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Gregory Harris/Lpdpa/[405]739-5482 DESC: Item 0001 NSN 2840-01-160-3025RV P/N: 564922, Dim: approx size 9.7 ID by 12.0 OD by 2.0 inches wide. Matl: stainless steel Functions: as a stationary airseal for the second stage turbine. 78EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 31 JUL 97 78 ea The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 02 APR 97. Written procedure will be used for this solicitation. To: Space-Craft Manufacturing Inc, New Haven Ct 06511-5870. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Flanagan Bros Inc, Glastonbury Ct 06033-3077. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-347 SN011567) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--TIEROD SOL F34601-97-R-52945 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Tom K. Williams/Lpdpa/[405]739-5507 DESC: Item 0001 NSN 2840-01-159-9633RV P/N: 644943, Dim: 14.985 inches length by. 28 inches diameter. Matl: Ams 7454. Function: holds disk and spacer together for n2 rotor. 1156EA. Applicable to: Tf33p102 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 JUN 97 1156 ea The approximate issue/response date will be 20 DEC 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Sps Technologies Inc, Jenkintown Pa 19046-2299. To: United Technologies, East Hartford Ct 06108-0969. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. CITE: (I-347 SN011570) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 28--SEAL,METALLIC SOL F41608-97-R-0087 DUE 013097 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Johnson, B./lpkaf/[210]925-7263 DESC: Item 0001 NSN 2840-01-433-2716PT P/N: 4081140-01, NHA: AUGMENTOR APPL: F100ENGINES SIZE/DIMENSIONS: LENGTH 20.075" MIN AND 20.095" MAX FORM, FIT, FUNCTION: SEAL SECURES THE SUPPORT NOZZLE TO COMBUSTION DUCT ASSY MATERIAL: TITANIUM ALLOY OVERALL A REQUIREMENT TYPE CONTRACT WITH 1 BASIC YEAR AND 2 (1) YEAR OPTIONS IS CONTEMPLATED. QUANTITIES ARE AS FOLLOWS: BEQs - BASIC YR - 1,484, 1ST OPTION - 1,464, 2ND OPTION - 1,464. DELIVERY SCHEDULE: 150 EA PER MONTH BEGINNING SIX MONTH ARO AND CONTINUE AT THE RATE OF 150 EA PER MONTH THEREAFTER UNTIL COMPLETE. DESTINATION WILL INCLUDE KELLY AFB TX. 1484EA. Applicable to: F100 Engine. Destn: Kelly Afb, Texas 78241-5443. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 THERE ARE NO GOVERNMENT SPECIFICATION/DRAWINGS AVAILABLE. QUALIFICATION REQUIREMENTS ARE AVAILABLE. The approximate issue/response date will be 30 Dec 96. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26, 22, 23. CITE: (I-347 SN011579) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--SPACER SOL F41608-97-R-0092 DUE 013197 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Hairston-Benford,D/Lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-206-7641PT 143EA. Applicable to: F100 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 30 Apr 97 143 ea Item 0002 NSN 2840-01-206-7641PT Spacer . Applicable to: F100 Engine. Destn: Kelly Afb, Texas 78241-6318. Government Furnished drawings and specifications are not available. The approximate issue/response date will be 01 Jan 97. The anticipated award date will be 17 Feb 97. Written procedure will be used for this solicitation. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Beacon Industries Inc, Bloomfield Ct 06002-3511. To: Stowe Machine Co Inc, Windsor Ct 06095-1407. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 23, 26. CITE: (I-347 SN011580) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--LINER ASSMBLY SOL FD2050-97-Q-39509 DUE 013097 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Thomsa, S./ldkj/[210]925-8845 DESC: Item 0001 NSN 2835-00-076-6465 P/N: 379698-10, APPL GTCP 85-106A/C141 APU EXEMPT GFM SCREENING-COMMERCIAL PICA 21EA. Applicable to: Gtcp 85-106a/C141 Apu. Destn: Kelly Afb, Texas 78241-6449. Delivery: 31 Oct 97 21 ea Drawings and other data not available. The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 31 Jan 97. Written procedure will be used for this solicitation. To: Allied Signal Inc, Phoenix Az 85072-2181. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 12 & 26. CITE: (I-347 SN011620) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--ADAPTER, IGNITER SOL SP0480-97-R-0412 DUE 121196 POC Contact: for copies of RFQ solicitations, contact the buyer: Fred Anderson/PLBL579/804-279-5405 or write DSCR ATT N: DSCR-JLP Richmond VA 23297-5876. KO: Gwendolyn C. PE arson/279-4077. DESC: PR-NO: YPG96278001910 NSN 2925-01-263-3638, adapter, igniter this is a modification of a previously announced procurement (solicitation no: SP0480-97-R-0412). Due to an urgent and compelling requirement this synopsis is hereby waived. CITE: (I-346 SN011113) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--COVER ASSEMBLY, STARTER SOL SP0480-97-R-0500 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact buyer: Fred Anderson/plbl/579/804-279-5405. K O: Stephen M. Mason/279-3724. DESC: PR-NO: YPG96255000435 NSN 2995-00-357-1897, cover assembly, starter Vickers Inc (CAGE 90166) P/N 5358 125 -EA Del to Cherry Point NC 28533-5001 Del 174 days. Option to in C qty 100%. Unrestricted. Other than full & open comp (sole source). Only one source (NOTE 22). Trade Agreements Act (NOTE 12). Aniticipated award date is 04/24/97. 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-347 SN011125) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 29--FILTER DUE 011697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 2915-00-966-3045RV P/N: 491161, Filter, fuel element, multiple material synthetic, rubber, paper element, center tube AMS 4037 AL. Circular shaped 6.0 dia x 3.19 height. Center tube 3.51 in dia surrounded by paper element with a metal end disc on each end. Function: strains fuel, filters fuel prior to entering fuel control. 2484EA. Applicable to: Tf33-7-7a-100. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 JAN 97 2484 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 14 FEB 97. Written procedure will be used for this solicitation. To: Facet Enterprises Inc, Greensboro Nc 27409-9018. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011298) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 29--PARTS KIT, OVERHAUL, FUEL CONTROL SOL F41608-97-R-50118 DUE 020397 POC For copy, Taylor, J./lpkbd/[210]925-6330, For additional information contact Taylor, J./lpkbd/[210]925-6330 DESC: Item 0001 NSN 2915-00-471-1160PS P/N: 8930-049, Size: 11 inch X 10 inch Pred Matl: Overall rubber packings and seals Funtion: Used to overhaul TF 39 Fuel Control which provides fuel and controls fuel flow variations during engine operation. A 3 year firm, fixed-price requirements type contract is anticipated. Best estimated quantity (BEQ) as follows: 1st year is 202 each; 2nd year is 120 each; and 3rd year is 120 each. The total 3 year requirement is 442. Delivery will be 50 each within 4 month computed from the end of the month in which order is received by the contractor and continue at the rate of 50 each by the end of each month thereafter until completed. . Applicable to: Tf 39 Engine. Destn: Kelly Afb, Texas 78241-6015. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 03 Jan 97. To: Gks Inc, Westlake Oh 44145-0000. To: Kit Pack Co, Las Cruces Nm 88005-5830. To: Kitco Inc, Springville Ut 84663-0900. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1, 26. CITE: (I-347 SN011376) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 29--BODY SOL F34601-97-Q-52906 DUE 012397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 2995-00-966-3009RV P/N: 480650, BODY, COVER OIL PUMP - DESCRIPTION 3.875 O.D. THICKNESS 2.31O, KIND OFMATERIAL: ALUMINUM, NHA: GEARBOX 36EA. Applicable to: Tf33 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 MAR 97 36 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 07 MAR 97. Written procedure will be used for this solicitation. To: Norwood Precision Products/Caratron, Warren Mi 48093-4877. To: Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Aerospace Engine Parts Inc, Indianapolis In 46206-0796. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26. CITE: (I-347 SN011400) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 29--STARTER, ENGINE, AIR SOL F34601-97-06075 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 2995-01-323-9808 P/N: 3505710-2-1, ITEM DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14 INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117 ENGINE 3EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 OCT 98 3 ea Item 0002 NSN 2995-01-323-9808 Starter, Engine, Air P/N: 3505710-2-1, ITEM DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14 INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117 ENGINE 14EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 OCT 98 14 ea The approximate issue/response date will be 24 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. See Note (s) NOTE 26. CITE: (I-347 SN011419) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 29--SEGMENT SELECTOR MODULE KIT SOL F41608-97-Q-44004 DUE 012797 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Blocher, David C./lpkaf/[210]925-7263 DESC: Item 0001 NSN 2915-01-222-6311PT P/N: 351018A, Size: 6"X4"X4" Pred. Matl: STEEL-ALUMINUM Function: POSITIONS THE SEGMENT SELECTOR VALVE OPEN UPON REQUEST FROM THE DEEC. Solicitation for 6 ea for delivery March 1998. 6EA. Applicable to: F100-Pw-220 Engine. Destn: Kelly Afb, Texas 78241-5443. Delivery: 31 MAR 98 6 ea GOVERNMENT SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE The approximate issue/response date will be 25 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Allied Signal Inc., Tempe Az 85285 2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011457) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 29--STARTER, ENGINE, AIR SOL F34601-97-06075 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 2995-01-323-9808 P/N: 3505710-2-1, ITEM DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14 INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117 ENGINE 3EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 OCT 98 3 ea Item 0002 NSN 2995-01-323-9808 Starter, Engine, Air P/N: 3505710-2-1, ITEM DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14 INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117 ENGINE 14EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 OCT 98 14 ea The approximate issue/response date will be 24 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. See Note (s) NOTE 26. CITE: (I-347 SN011463) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 29--STARTER, ENGINE, AIR SOL F34601-97-06076 DUE 012797 POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional information contact Phil Mcconnell/Lidac/[405]739-4347 DESC: Item 0001 NSN 2995-01-323-9808 P/N: 3505710-2-1, ITEM DESCRIPTION: PROVIDES TORQUE TO START ENGINE. DIMENSIONS: LENGTH14 INCHES , APPR 10 INCHES O.D., WEIGHT 34.6 LBS. CONTENT: VARIOUS METALS INCLUDING A LUMINUM AND STAINLESS STEEL. C17A ACFT/F117 ENGINE 41EA. Applicable to: C-17a/F-117. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 OCT 98 41 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011520) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 29--METERING PLUG SOL F34601-97-Q-52963 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 2915-01-010-1305RV P/N: 739597, Dim:. 223 x. 50; Matl: AMS 5630 SST; Function: Meters fuel for atomization 8222EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 28 NOV 97 8222 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 05 MAR 97. Written procedure will be used for this solicitation. To: Textron Inc, Zeeland Mi 49464-1320. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011553) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 29--UNSTAGED FUEL NOZZLE SOL F41608-97-R-43080 DUE 013197 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Flores, H. L./lpkah/[210]925-6385 DESC: Item 0001 NSN 2915-01-422-3335PT P/N: 4081276, Size: 6 In X 3 In X 3 In Pred Matl: Nickel Alloy Function: The unstaged fuel nozzle is a hybird design of a pressure atomizing primary circuit and an air blast atomizing secondary circuit used to increase the fuel concentration at the igniters. The pressure atomizing section flows continuously throughout the engine operating range. It contains a flow regulating valve in the body of the fuel nozzle. The nozzles are mounted externally on the diffuser case and can be removed for maintenance without disassembling the gas generator. A firm fixed price contract is anticipated with delivery of 85 ea 97 Nov, Dec, Jan, and Feb. 342EA. Applicable to: F100/229 Eng. Destn: Kelly Afb, Texas 78241-6318. The approximate issue/response date will be 01 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Fuel Systems Textron Inc, Zeeland Mi 49464-1320. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 13,22,26. CITE: (I-347 SN011582) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 29--BY-PASS VALVE SOL F41608-97-R-43093 DUE 020397 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Hyndman, J./lpkaf/[210]925-6566 DESC: Item 0001 NSN 2915-01-181-9813PT P/N: 4061849, P/N 4061849/785555 P/N: 785555, Size: 8.5" L x 10.0" H x 7.75" W Pred. Matl: Aluminum Function: Direct Fuel Flow to the UFC or returns the F/F Back to the Fuel Pump. Subject acquisition will be solicited as a requirements type contract for the repair of the F100 Engine By-Pass Valve. The requirement will consist of one basic year and two one year options. Total BEQ 47 each. Delivery will be 45 days after receipt of reparable assets and order. DD Form 1423 applies. ea. Applicable to: F100/200 Engine. Destn: Kelly Afb, Texas 78241-5443. Three-year requirements contract with one-year basic and two, one-year options Repair only. Government furnished material/repair parts. Over-and-above. The approximate issue/response date will be 02 Jan 97. To: United Technologies Corp, Windsor Locks Ct 06096-1010. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011583) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 29--BELLOWS ASSY SOL F41608-97-R-0088 DUE 013097 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Hanes, L./lpkaf/[210]925-6566 DESC: Item 0001 NSN 2915-01-021-0686PT P/N: 2658834, Size: 2" L x 1" Dia Pred. Matl: Overall Steel Function: Item operates inside the manifold full sensor to detect when a segment is filled. Requirements type solicitation; Basic year 116ea, with two options years with 80ea, per year. Delivery 10 per month starting 150 days ARO. 116EA. Applicable to: F100 Engine. Destn: Kelly Afb, Texas 78241-5443. Government drawings and specifications are not available. The approximate issue/response date will be 30 Dec 96. To: Allied Signal Inc., Tempe Az 85285 2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011610) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--BELTS, V, MATCHED SET OF THREE. PLAIN BASE, HEAVY DUTY IN ACCORDANCE WITH COMMERCIAL ITEM SOL SP0750-97-Q-0471 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julia M. Lewis, (614)692-1097. DESC: PR-NO: YPC96310002870 NSN 3030-01-321-4482, CAGE 04NP0 Part No 15651 set 3 CAGE 19207 Part No 12339359-18 CAGE 34623 Part No 5598212 CAGE 58536 Part No A-A-52155/1P64.5B3R CAGE 81300 Part No 15645 set 3 belts, V. matched set of 3. plain base, heavy duty in accordance with commercial item description titled, engine accessory drive v-belts, A-A-52155, type /1P64.5B3R. ** 2,100 -SE Del to New Cumberland PA 17070-5001 1,616 - SE Del to Lathrop CA 95330 small business size standard is 1,000 employees. Solicitation not available until 15 days after published in the CBD. Written request 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. 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-347 SN011138) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 30--DIFFERENTIAL GEAR DUE 011797 POC For copy, Mike Sharp/Lidac/[405]739-4340, For additional information contact Mike Sharp/Lidac/[405]739-4340 DESC: Item 0001 NSN 3040-01-326-9727HS P/N: 742727B, DIFFERTIAL ASSEMBLY IS AN INTERNAL PART THAT RESPONDS TO GEAR AND PULLY REA ACTION AND DIFFERENT RPM OF THE CSD. REACTS TO INCREASE OR DECREASE REVOLUTIO NS REQUIRED TO RUN CSD. 8 INCHES HIGH, 4 INCHES INDIAMETER. MADE OF ALUMINUM AND STEEL. AIRCRAFT F15E. 15EA. Applicable to: F15e. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 DEC 97 15 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 17 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Sundstrand Aerospace, Rockford Il 61125-7002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) numbered note 26. CITE: (I-347 SN011285) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 30--CLUTCH ASSEMBLY,FRI SOL F41608-97-R-13366 DUE 012197 POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional information contact Sheppard, R./ldksg/[210]925-7354 DESC: Item 0001 NSN 3010-01-259-0587 P/N: 52D7547-101, Predomonant material: steel Size and dimensions: 13 inch outside diameter by 6 inches deep Form, fit, and function: clutch engages the rewind system to pull the arresting cable back in position for a new aircraft engagement. 23ea. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Jun 97 23 ea There are no bid sets, drawings, or specs avaailable for this requirement. The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 30 Apr 97. Written procedure will be used for this solicitation. To: Engineered Systems Datron, Aston Pa 19014-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011614) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 30-- GEAR SHAFT ASY SOL F41608-97-R-44006 DUE 013097 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Hanes, L./lpkaf/[210]925-6566 DESC: Item 0001 NSN 3020-00-339-3190PT P/N: 4017949, APPL F100-200 ENGINE F15-F16 ACRFT NHA GEARBOX MOD PER PWA DWG 4017949AMS6265 S TEEL PART ACTS AS IDLER THAT CONNECTS SCAVENGE PUMP SPURGEAR AND PTO DRIVE FO R ACTIVATION OFGB Size: 2.535 inches, nominal overall length. Material: AMS 6265 Steel Overall. Requires First Article Test Plan and First Article Test Report. Test Plan due 60 days ARO with 45 days for Government approval/disapproval. Test Report due 150 days ARO with 60 days for Government approval/disapproval. Production items, 250ea, are due 150 days upon First Article approval. 250EA. Applicable to: F100/200 Engine. Destn: Kelly Afb, Texas 78241-5443. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001AC Government drawings and specifications are not available. The approximate issue/response date will be 30 Dec 96. To: Norwood Precision Products Inc, Warren Mi 48093-4877. To: Equitable Engineering Co, Troy Mi 48083-2204. To: The Purdy Corporation, Manchester Ct 06040-2844. To: Arrow Gear Co, Downers Grove Il 60515-4055. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1,23,26. CITE: (I-347 SN011619) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--CONE AND ROLLERS, TAPERED ROLLER BEARING SOURCE CONTROLLED DOCUMENT SOL SP0500-97-Q-G080 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Steve Ewing/HAB20/215-697-9236 B uyer: Steve Ewing/HAB20/215-697-9236 DESC: PR-NO: YPI96319000500 NSN 3110-01-391-8140, G @BORE DIAMETER4.5000 inches nominal @RETAINER fabrication methodpressed @MATERIALSTEEL overall 197 -EA Del to rocky Mount NC 27804-8678 Del by 17 Nov 96. See NOTES 9, 22, RFQ due date: 97JAN17 primary qty: 197 delivery schedule: 210 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). Approved sources are: the timken company while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-347 SN011208) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--LINER, BEARING, HOUSING ALLIED-SIGNAL ELECTRIC POWER DIV.(83298) SOL SP0500-97-Q-G723 DUE 121696 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Kay Nobel/HAA24/X2809 buyer: Kay N obel/HAA24/X2809 DESC: PR-NO: YPI96339000959 NSN 3130-01-058-5701, 60 -EA Del to Crane IN 47522-5001 Del by 06 Dec 96. 75 -EA Del to New Cumberland PA 17070-5001 Del by 11 Apr 98. RFQ due date 96 Dec 16 specs: allied-signal electric power (83298). Incremental bidding primary quantity 75 1ST alt quantity 100 2ND alt quantity 125 delivery schedule: 120 offers will be evaluated with a 10% preference for small disadvantaged business concerns. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-347 SN011214) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 31--SPACER SOL F34601-97-Q-52924 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Donna Hester/Lpdpa/[405]739-5394 DESC: Item 0001 NSN 3120-00-768-5963RV P/N: 384031, Spacer-rear intermediate, turbine shaft bearing seal. Steel material. Approx size 4 i.d. by 5 o.d. by. 5" thick. Critical dimensions and finish required. Functions as spacer and seal plate for 4 1/2 bearing carbon seal. 206Ea. Applicable to: Tf33,B52h,C135. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 97 68 Ea 30 Apr 97 68 Ea 30 May 97 70 Ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 24 Feb 97. Written procedure will be used for this solicitation. To: Hart Precision Products Inc, Redford Mi 48239-2695. To: Westfield Gage Co Inc, Westfield Ma 01085-0918. To: Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Sanford Tool & Design, Bloomfield Ct 06002-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,23,26. CITE: (I-347 SN011427) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 31--SPACER SOL F34601-97-Q-52924 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Donna Hester/Lpdpa/[405]739-5394 DESC: Item 0001 NSN 3120-00-768-5963RV P/N: 384031, Spacer-rear intermediate, turbine shaft bearing seal. Steel material. Approx size 4 i.d. by 5 o.d. by. 5" thick. Critical dimensions and finish required. Functions as spacer and seal plate for 4 1/2 bearing carbon seal. 206Ea. Applicable to: Tf33,B52h,C135. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 97 68 Ea 30 Apr 97 68 Ea 30 May 97 70 Ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 24 Feb 97. Written procedure will be used for this solicitation. To: Hart Precision Products Inc, Redford Mi 48239-2695. To: Westfield Gage Co Inc, Westfield Ma 01085-0918. To: Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Sanford Tool & Design, Bloomfield Ct 06002-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,23,26. CITE: (I-347 SN011471) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--BEARING BALL SOL F42630-97-Q-21902 DUE 011597 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 3110-01-055-6195LE P/N: 11612001, Mat: steel. Approx dim 8" OD X 6" ID X 1" wide. Lower bearing for MLG strut C5A acrft. 65ea. Applicable to: C5a Acft. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 29 Aug 97 65 ea The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 15 Jan 97. Written procedure will be used for this solicitation. To: The Torrington Company, Torrington Ct 06790-4942. To: Kaydon Corporation, Muskegon Mi 49443-0688. To: The Torrington Co, Torrington Ct 06790-4942. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-347 SN011486) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 31--SPACER SOL F34601-97-Q-52936 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 3120-00-765-9924RV P/N: 384028, SPACER, FRONT TURB SHAFT BRG SEAL MADE FROM AMS 6322 OR 6323 STL. APPROX 3.95 32 ID X 4.866 OD ON ONE SIDE AND 4.335 OD ON OTHER. 8 SETS OFANTI-ROTATION LUGS EQUALLY SPACED ON ID. O81 HIGH. USED AS A SPACER FOR NO 4 1/2 BRG SEAL. NHA FRNT COMP DRIVE TURB ROTOR. TF33P3/5/7/9/100/102/103 ENGS 341EA. Applicable to: Tf33 Engine. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 30 JUN 97 341 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: O-A Inc, Agawam Ma 01001-0595. To: Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Westfield Gage Co Inc, Westfield Ma 01085-0918. To: Hart Precision Products Inc, Redford Mi 48239-2695. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-347 SN011505) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 31--BEARING, ROLLER CYLINDER SOL F34601-97-R-49443 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Leellen Long/Lpdpb/[405]739-4436 DESC: Item 0001 NSN 3110-01-147-4486PR P/N: 9340M16P03/9340M16P04, #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 43EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 May 98 43 ea Item 0002 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03/9340M16P04, #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 27EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 May 98 27 ea Item 0003 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03/9340M16P04, #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 16EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 May 98 16 ea Item 0004 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03/9340M16P04, #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 4EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 May 98 4 ea Item 0005 NSN 3110-00-000-0000PR Data Data in accordance with dd1423 1lo. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 May 98 1 lo This is a 3 year contract with a best estimated quantity of 410 each The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 14 Mar 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. To: Torrington Co The, Torrington Ct 06790-4942. To: Split Ballbearing, Lebanon Nh 03766-7301. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011531) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 31--SPACER SOL F34601-97-R-52938 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Tom K. Williams/Lpdpa/[405]739-5507 DESC: Item 0001 NSN 3120-00-765-9939RV P/N: 384030, Spacer-front turbine shaft bearing seal. Made from ams 6322 or 6323 Steel. Ap Prox 3.9532 i.d. By 4.866 o.d. On one side and 4.335 o.d on The other. The se Al lip is approx. 198 thick. The spacer is. 762 Thick. It has 8 sets of an Ti- Rotation lugs equally spaced on thei.d.. 081 high. Function: to take U P space between the no. 4 1/2 Bearing carbon seals. Appl: tf33- 3/5/7/7a/9 /100a/102/102a/103 468EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 MAY 97 468 ea The approximate issue/response date will be 17 DEC 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Khs Corp, Huntingdon Valley Pa 19006-0000. To: Hart Precision Products Inc, Redford Mi 48239-2695. To: Birken Manufacturing Co, Bloomfield Ct 06002-1311. To: Westfield Gage Co Inc, Westfield Ma 01085-0918. To: Gros-Ite Industries, Farmington Ct 06032-3114. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. See Note (s) 1. CITE: (I-347 SN011556) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 31--RING, BEARING, OUTER SOL F34601-97-Q-0024 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 3110-01-146-9313JF P/N: 9732M34P10/P11, Dim: 1.0600 min, 1.0650 max wide, 1.9950m, 2.0050 max bore dia; material: Steel e52100, overall. Used on F101/110 engines. 72EA. Applicable to: F101/F110 Engine. Destn: OK NVA (N43713) NAVY BOND ROOM, OC-ALC TINKER AFB OK, 73145. Delivery: 31 Jul 97 72 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Split Ballbearing, Lebanon Nh 03766-7301. To: Torrington Co The, Torrington Ct 06790-4942. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-347 SN011565) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Contracting Officer, MLCPAC, CEU Honolulu, 300 Ala Moana Blvd., Rm. 8122, Honolulu, HI 96850 SUBJECT: 34--PRESS BRAKE MACHINE SOL DTCG86-96-B-633078 DUE 122696 POC Point of Contact - Bonnie L. Hoe, Contracting Officer, 808-541-2158, FAX 808-541-2203 DESC: Cancel solicitation in its entirety. EMAILADD: V.Jackson/CEUHon@cgsmtp.uscg.mil EMAILDESC: CITE: (D-347 SN011362) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 35--WORKSTATIONS SOL N66604-97-Q-0101 DUE 122196 POC Contact Mary Jo Nemec, Contracting Officer at (401) 841-2442 X296. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center, Division Newport, intends to negotiate a sole-source contract the Hewlett Packard for the following (1) HP Model C180-XP workstation, product #A4523A with 180 Mhz PA-8000 CPU and integrated HP VISUALIZE-48XP graphics. (2) option to procure one additional workstation.This requirement must be compatible with existing software for a vast majority of programs using language developed by Hewlett Packard for their scientific computer and instrument controllers. This is not a request for competitive proposals. A solicitation document does not exist. LINKURL: http://www.npt.nuwc.navy.mil/contract/ LINKDESC: EMAILADD: NEMEC@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-347 SN011348) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 36 -- MISC SPECIAL INDUSTRY MACHINERY SOL N66001-97-Q-0161 DUE 122696 POC POC Ms. Angela King, Code D222, Purchasing Agent, (619)553-5829. Ms. C. M. Hamilton, Contracting Officer. DESC: The government intends to award on a sole source bases to Silicon Valley Group a Purchase Order for the following items: 1. Tube removal platform, P/N 601114-04, qty 1 each. 2. Heater replacement platform, P/N 601422-01, qty. 1 each. 3. Mini-Helic pressure gauges, qty. 4 each. 4. Alignment tool kit for 150mm/200mm 3-zone system, qty. 1 each. 5. H2 gas detection unit. qty. 4 each. Delivery address: NCCOSC RDT&E DIV., 53605 Hull Street, San Diego, CA 92152-5410. Anticipated award date of contract: 96 Dec 27. Acceptance shall be FOB destination. Contractor to provide what the delivery time will be. Quotations must be received no later than 12:00 noon PST on Dec 26. Quotations sent via the U. S. Mail should be mailed to: NCCOSC RDT&E DIV., Code D222, Angela King, 53560 Hull Street, San Diego, CA 92152-5001. All quotations not sent via the U. S. Mail can be FAXED to (619)553-5996. The applicable Standard Industrial Code (SIC) and size standard is 3559 - 500 employees. No RFQ will be prepared or made available for distribution. Award will be based on evaluation of responsive, responsible quotations received in response to this CBD advertisement. Competitive awards may be based on the evaluation criteria stipulated in NRaD Blue Ribbon Vendor Program (BRVP) provisions or the Red, Yellow, Green (RYG) Contractor Evaluation System. The evaluation criteria is available upon request. Questions may be directed to Angela King at (619) 553-5829. Facsimile quotations are acceptable and must be received on or before the COB on the closing date stated above. Facsimile quotations may be sent to (619)553-5996. See Numbered notes from any Monday edition of the CBD. Note 22 applies, however, all offers received within 15 (in lieu of 45) days after date of publication of original synopsis will be considered by the Government. See Note(s): 22. CITE: (I-347 SN011228) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment--Potential Sources Sought OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: 38--PAVER, ASPHALT SOL F41636-97-T-0050 DUE 011397 POC Austin Foiles, (210) 671-1724,FAX (210) 671-5063 DESC: This is a combined synopsis/solicition for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announment constitutes the only solicition: proposals are being requested and a written solicition will not be issued. This solicition is issued as a request for quotation (RFQ). Submit quotes (no oral ones), on requisition F41636-97-T-0050. This procurement is restricted to small business only. This solicition document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. Standard Industrial Code 3531. Furnish one paver, asphalt, steel track mounted with kubota 28hp, 3 cycle diesel engine, wash down tank, 15' hose, doobie pump, vibratory screed, propane heated 24" screed extension, paving width is 8' x 12', hydrostatic drive, color: yellow, size: 8' x 12', used on: pavement construction, brand name or equal: mauldin, model: 550E, mfg code & P.N.: ZZZZZ 550E/TRK. Desired delivry: not later than 18 MAR 97. FOB: Destination for delivery to 37 CES (behind building 5495), Lackland AFB, TX 78236-5000. The provisions at FAR 52.212-1, Instructions to Offerers--Commercial Terms, applies to this acquisition. The clause at FAR 52.121-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this solicition. Specifically the following clauses, cited are applicable to this solicition: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for special disable and Vietnam ERA Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers. The clause at DFARS 252.212-7001, Contract Terms and Conditions required to implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicition. Specifically the following clauses, cited are applicable to this solicition: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Offerers must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offerers Representations and Certifications--Commercial Items, applies to this solicition. Award will be based on lowest price, responsible offer. Quotes must be sent in writing or faxed to the POC indicated above. Quotes are required to be submitted not later than 4:00PM (CST), 13 JAN 97. Award will be made on or about 27 JAN 97. All responsible sources may submit an offer, which, if timely received will be considered by this agency.**** CITE: (W-347 SN011218) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309 SUBJECT: 39--MECHANIZED MATERIAL HANDLING SYS SOL F33600-97-R-0018 DUE 021397 POC For copy, A. Goodson/Pkwrm/[937]257-8344, For additional information contact A. Goodson/Pkwrm/[937]257-8344 DESC: Item 0001 NSN 3900-0 - - Design, fabricate & install a Receiving, Storage, and Distribution System at Clear Air Force Station, Alaska. The system consists of a Mechanical-Assist Storage System, Bin Shelving, Wide-Span shelving, vertical carousels, a Receiving and In-Cecking system, Cantilever rack, In-checking Modular Office, Wire Frame Shelving and Pallet rack. . Destn: Clear Air Force Station, Alaska. Item 0002 17. "DIRECT ALL REQUESTS FOR SOLICITATIONS AND ROUTINE COMMUNICATION CONCERNING THIS ACQUISITION TO ASC/PKWRM, ATTN: Anita Goodson, Contract Negotiator, (937) 257-8344, FAX (937) 257-6390, BUILDING 1, AREA C, 1940 ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB OH 45433-5309." An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposed development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman, Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, STE 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, with serious concerns only. The approximate issue/response date will be 13 Jan 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. CITE: (I-347 SN011510) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--SHACKLE, ROUND PIN STEEL, ZINC COATED SOL SP0500-97-Q-A686 DUE 011797 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: YPI96266000835 NSN 4030-00-377-1389, 300 -EA Del to Mechanicsburg PA 17055-0789 Del by 18 Jan 97. RFQ due date 97 Jan 17 specs: RR-C-271D TY 4A GR B CL 1 primary quantity 300 deliveries to CONUS(excluding alska). Delivery schedule: 100 days ADO NOTES 1 and 9 applies while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTE: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. CITE: (I-347 SN011207) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 SYSTEMS AND ELECTRONICS INC (98255) SOL SP0500-97-Q-G061 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/215-697-9238 buyer: Bob Kubiak/VAB22/215-697-9238 DESC: PR-NO: YPI96290000838 NSN 4010-01-361-8378, 120 -EA Del to Mechanicsburg PA 17055-0789 Del by 07 Feb 97. RFQ due date: 97JAN17 primary qty: 204 deliveries to CONUS (excluding Alaska) delivery schedule: 180 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. 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-347 SN011318) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 40 -- WIRE ROPE SOL N68335-97-R-0122 DUE 011597 POC June Manganello Contract Specialist, Code 2131JM, (908) 323-2735. DESC: Wire Rope, PN-A92791-26-3060, Revision 42, 1 3/8 diamter, 6X30, type G, lang lay flattened strand, fiber core, high strength for aircraft arresting. Quantity- 65 reels (3,060 feet per reel), qualified products list under MIL-W-81002 is applicable. Every shipping reel of wire rope offered for acceptance shall be subjected to quality conformance inspections of Table V (MIL-W-81002B). Dynamic load tests to be performed by the Government. One test specimen (100 feet) shall be in addition to the 3,060 feet per reel. The test specimen shall be one hundred feet continuous length cut adjacent to the wire rope placed on the shipping reel to be delivered under the contract. MIL-Q-9858A Quality Program is applicable. Delivery schedule- 20 reels 90 days after award, 20 reels 120 days after award and 25 reels 150 days after award. Non set-aside. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-347 SN011707) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 41--CHEST, ICE STORAGE IAW MIL SPEC AND NATICK DWG 5-13-2341 EXCEPT SOL SP0500-97-Q-H285 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Stella Schindler/WFA11/X3292. BU yer: Stella Schindler/WFA11/X3292. DESC: PR-NO: YPI96339000965 NSN 4110-00-142-2445, Tech data package availability: 100 -EA Del to Mechanicsburg PA 17055-0789 Del by 24 Jan 97. RFQ due date: 17 Jan 97. Specs: MIL-C-11198K type # size 2 primary quantity: 100 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 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-347 SN011324) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 41--PISTON COMPRESSOR SOL F09603-97-Q-83246 DUE 012797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Christine Clark/Lykd/[912]926-7083 DESC: Item 0001 NSN 4130-12-334-8032AY P/N: 021.451976, MAT: Electronics, Optical, and Electro. DIM: 12'X12'X16 FUNC: Test the Electro Optical Compoent of the Target Pod 38EA. Applicable to: Lantirn Nav Pod. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 30 APR 97 38 ea FAX: 912-926-7572 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 17 FEB 97. Written procedure will be used for this solicitation. To: Aeg Aktiengesellschaft, Heilbronn Germany. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-347 SN011536) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 41--COOLING SERVICING UNIT SOL F41608-97-R-36540 DUE 013197 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Woolum, J./ldkac/[210]925-4651 DESC: Item 0001 NSN 4120-01-423-6280DQ P/N: 605199990201, P/N 717801884-001 Size/Dimension: 56" H X 42" W X 42" L Predominant Material of Manufacture: Electro - Mechanical Form/Fit/Function/Description: Used with the LANTIRN system to provide refrigerated coolant to units under test (UUT) during functional checkout. Is a stand alone system that intergrates interfaces in the LANTRIN Mobility Shelter Set. 4EA. Applicable to: Lantirn. Destn: Kelly Afb, Texas 78241-5947. Delivery: 31 Jan 97 1 ea 28 Feb 97 1 ea 31 Mar 97 1 ea 30 Apr 97 1 ea The approximate issue/response date will be 01 Jan 97. To: NESLAB Instruments Inc, Portsmouth/NH/03802-1178. To: Dynamics Corp Of America, Batavia Oh 45103-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The solicitation will contain the Blue Ribbon Program (BRP) solicitation provisions. Under the BRP, price and designation as a Blue Ribbon Contractor in the appropriate Federal Stock Class will be evaluated and considered in the contract award decision. If an offer is not received from a BRC and none of the participating offerors is designated as a BRC prior to contract award, award will be made to the offeror who meets the minimum requirements of the solicitation, offers the lowest evaluated price and is determined to be responsible. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. CITE: (I-347 SN011617) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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. (HAND POWERED, DUAL ACTUATION,- RECIPROCATING). SOL SP0760-97-Q-0244 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)L.M.SPRUILL (614)692 -1102 DESC: PR-NO: YPC96299000910 NSN 4320-01-148-2785, CAGE 07309 Part No 200-6-12-900S-SP2 pump, reciporcating, hand. bird-johnson P/N 200-6-12-900S-SP2. no technical data available at DCSC for this solicitation. 10 -EA Del to Norfolk VA 23512-0001 Del by 02 Apr 97. Solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available.automated best value model(ABVM) allpies.while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.this request will be issued via a written rfq.the estimated a award date will be 02 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-347 SN011136) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 43--DRYTEL 31 MICRO DRAG PUMP SOL F04699-97-T-1148 DUE 013097 POC For copy, contact the info office indicated., For additional information contact Siozon-Ptrsen.K5e/Pkocd/[916]643-4095 DESC: Item 0001 NSN 4310-P0-026-574300 6ea. Applicable to: Drag Pump. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31 Dec 96 6 ea The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 27 Dec 96. Oral procedure will be used for this solicitation. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011513) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 43--PARTS KIT, HYD SOL F34601-97-08115 DUE 012797 POC For copy, Sam Hoisington/Lidac/[405]739-4466, For additional information contact Sam Hoisington/Lidac/[405]739-4466 DESC: Item 0001 NSN 4320-00-928-5138HS P/N: 914353, DIMENSIONS: APPROX.1 CUBIC FOOT. MATERIAL: STEEL. DESCRIPTION/FUNCTION: SMALL PARTS INCLUDING BOLTS, NUTS,BEARINGS,AND SPRINGS USED TO REPAIR THE HYDRAUL IC PUMP ASSY. NHA1650009334697,P/N PVB205-10, 1650009334698, P/N PVB205-12. APP L: C/KC-135 ACFT.-------------------------------------------------------------- CITE: (I-347 SN011523) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 43--LOOP, WATER DISTRIBUTION SOL F09603-97-R-71009 DUE 013097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Andrea Prichard/Lvka/[912]926-2470 DESC: Item 0001 NSN 4320-01-399-8254EJ P/N: 9434423, Dim: Various. Matl: Various. Funct: Distributes and supplies water to various housekeeping components: laundry, kitchen, latrine, etc. Option: 100%. 3ea. Applicable to: N/A. Destn: Ship to will be furnished at time of award. Delivery: 01 Sep 97 3 ea Fax No: 912-926-7572 The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious 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. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. Offers in response to solicitations under ten million dollars may be evaluated using the competition for performance program as follows: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and Past performance factors as detailed in the solicitation. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 1 26. CITE: (I-347 SN011537) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 43--PUMP, MOTOR UNIT, AXIAL SOL F09603-96-R-N0051 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Cletus Mullis/Lkkb/[912]926-9108 DESC: Item 0001 NSN 4320-01-088-1936BL P/N: 810AS694, Funct: Provides hydraulic pressure for testing. Mat: Cast iron, carbon steel, aluminum alloy, poteed wiring. Dim: 6" x 5.7" x 6.25". 4ea. Opt 01 4 ea, Opt 02 4 ea Applicable to: An/Dsm-162a Test Set. Destn: Destination will be provided at time of award.. Delivery: 31 Mar 97 4 ea Alternate delivery quantities: Alt A To obtain a complete solicitation package send a written request or a FAX (912 )926-7572. The approximate issue/response date will be 02 Jan 97. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious 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. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. Offers in response to solicitations under ten million dollars may be evaluated using the competition for performance program as follows: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and Past performance factors as detailed in the solicitation. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). The Data Package for this requirement is available on CD-ROM only. Aperture Cards are not available for this procurement. The minimum set-up requirements to view this data package are as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MS DOS, Version 5.0 or Later. See Note (s) 26. CITE: (I-347 SN011557) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CORE ASSEMBLY, FLUID COOLER. COPPER-NICKEL ALLOY TUBES AND TUBE SHEETS. 48 TUBES. 66.000 IN. SOL SP0760-97-Q-0249 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)L.M. Spruill (614)69 2-1102 DESC: PR-NO: YPC96326001542 NSN 4420-01-231-6953, CAGE 51900 Part No 414405066001 core assembly, fluid cooler. copper-nickel alloy tubes and tubesheets. 48 tubes. 66.000 IN. nom. Length. ITT standard P/N 414405066001. No additional technical data available at DCSC for this solicitation. 6 -AY Del to Norfolk VA 23512-0001 Del by 02 May 97. Solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available.automated best value model(ABVM)APPLIES.WHILE price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.this request will be issued via a written rfq.the estimated award date will be 04 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-347 SN011142) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CORE ASSEMBLY, FLUID COOLER. SOL SP0770-97-Q-MH48 DUE 011197 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) janaengels-stinson / 614-692-1582 DESC: PR-NO: YPC96262000931 NSN 4420-01-330-6042, CAGE 54539 Part No 72-2000-052 core assembly, fluid cooler. Enerquip Inc. P/N 72-2000-052. 4 -EA Del to Norfolk VA 23512-0001 Del by 12 Mar 97 OR 60 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the 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-347 SN011151) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--ADAPTER, STRAIGHT, PIPE TO HOSE. SOL SP0750-97-Q-0420 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96318000521 NSN 4730-01-419-6456, CAGE 19200 Part No 12437143 adapter. per army drawing 19200 12437143. 8 -EA Del to (Call contracting office) Del by 120 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference fro 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-347 SN011140) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 47--HOSE ASSY, OXYGEN SOL FD2030-97-24014 DUE 012797 POC For copy, Ed Adams/Lidab/[405]739-5461, For additional information contact Ed Adams/Lidab/[405]739-5461 DESC: Item 0001 NSN 4720-01-437-3637BO P/N: 8130007-3, Approx 20 ft long x 1/4" dia rubber-metal. Provides source of breathing oxygen to crew member from source. NHA:1660013708451BO 25EA. Applicable to: C141. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 Jan 97 25 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 31 Jan 97. Written procedure will be used for this solicitation. To: Conax Florida Corporation, St Petersburg Fl 33710 2936. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) Note 29. CITE: (I-347 SN011494) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. BODY MATERIAL: COPPER ALLOY (TYPE 922) FLOW CONTROL: DISK. NORMALLY SOL SP0760-97-Q-0245 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)L.M. Spruill (614)69 2-1102 DESC: PR-NO: YPC96299000964 NSN 4810-01-124-9000, CAGE 87229 Part No A0605980001P CAGE 87229 Part No 605NBMGWA98WPSTBLC valve, solenoid. body material, copper alloy, 922. flow control, disk. position, normally closed. inlet/outlet operating pressure differential: 25.0 PSI nominal. 9 -EA Del to McClellan AFB CA 95652-1621 Del by 02 May 97. Solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available.automated best value model(ABVM) applies.while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.this request will be issued via a written rfq.the estimated award date will be 02 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-347 SN011137) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 STOP. 1/2 INCH VALVE SIZE. CLASS B, TYPE 1, 200 PSI STEAM. IDENTIFICATION PLATE SOL SP0760-97-Q-0248 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)L.M. Spruill (614)69 2-1102 DESC: PR-NO: YPC96327001327 NSN 4820-00-483-0695, CAGE 76364 Part No C35548M1 1/2 IN. CAGE 80064 Part No 803-4384536-31B valve, globe stop. 1/2 IN. size. Class B, type 1, 200 PSI steam. I/A/W U.S. Navy drawing CAGE 80064, drawing number 803-4384536, part number 803-4384536-31B. 661 -EA Del to Tracy CA 95376-5000 Del by 02 Apr 97. Written request for drawings are to be submitted to defence Supply Center Columbus, Attn: DSCC-VTRD, p.o. Box 3990, Columbus, OH 43216-5000, by FAX614)692-2998 0R Call(614)692-2344.REQUEST should include the IFB/RFP/ RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyers'sname and your complete name and address. Federal, military and commercial specifications cannot be privided 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.this request will be issued via a written rfq.the estimated award date will be 02 Apr 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-347 SN011143) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. OPERATED WITH MANUAL OVERRIDE, CORROSION RESISTANT STEEL BODY, 1-1/2 IN. I.P.S. SOL SP0760-97-Q-0249 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)L.M. Spruill (614)69 2-1102 DESC: PR-NO: YPC96204001748 NSN 4810-01-093-0797, CAGE 99657 Part No MV224B281454-0001 valve, solenoid. 1-1/2 inch size, 120 volt AC normally closed. FSCM 99657 P/N MV224B281454-0001 3 -EA Del to Tracy CA 95376-5000 Del by 03 May 97. 4-EA Del Jacksonville FL 32212-0097 Del by 03 May 97.SOLICITATION not available until 15 days after published in the cbd.specifications, plans or drawings are not available.autumated 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 delivery as described in the solicitation.this request will be issued via a written rfq.the estimated award date will be 04 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-347 SN011150) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, GATE FIRST ARTICLE TEST CONSISTS OF VERFICATION SOL SP0770-97-R-6773 DUE 021497 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: YPC96326001605 NSN 4820-01-101-6129, CAGE 80064 Part No 803-2177917-12 valve, gate. I/A/W Navy drawing 80064 803-2177917, P/N 803-2177917-12 5 -EA Del to Bremerton WA 98314 Del by 210 days after date of award 12 -EA Del to Tracy CA 95376-5000 Del by 210 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: 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, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Proposed procurement contains a 100% option for increased quantities. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award 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-347 SN011154) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 48--VALVE SOL F41608-97-R-23551 DUE 012397 POC For copy, Fax request to LDKB at (210)925-1054, For additional information contact Yancey, J./ldktl/[210]925-0190 DESC: Item 0001 NSN 4810-01-282-7884 P/N: 767600-1, 60ea. Applicable to: F-16. Destn: Kelly Afb, Texas 78241-5947. Delivery: 27 Feb 97 60 ea Government furnished specifications and drawings are not available. NO bid sets available. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. To: Hr Textron Inc, Pacoima Ca 91331-1609. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note (s) No telephone request. Only written.. CITE: (I-347 SN011370) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 48--VALVE SOLENOID SOL F34601-97-07050 DUE 012497 POC For copy, Paul Dubey/Lidab/[405]739-5460, For additional information contact Paul Dubey/Lidab/[405]739-5460 DESC: Item 0001 NSN 4810-01-240-8474TP P/N: 3214964-1-2, DIM: APPROX 2.5 IN DIA X 8 IN LONG. MATL: STAINLESS STEEL. FUNC: TO REGULATE AND SHUT OFF ENGINE BLEED AIR IN A HOT AIR SYSTEM. 26EA. Applicable to: A10. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 Sep 98 26 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 24 Feb 97. Written procedure will be used for this solicitation. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Firms interested in proposing on this RFP must have on file a current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NOTE 26. CITE: (I-347 SN011421) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 48--VALVE SOLENOID SOL F34601-97-07050 DUE 012497 POC For copy, Paul Dubey/Lidab/[405]739-5460, For additional information contact Paul Dubey/Lidab/[405]739-5460 DESC: Item 0001 NSN 4810-01-240-8474TP P/N: 3214964-1-2, DIM: APPROX 2.5 IN DIA X 8 IN LONG. MATL: STAINLESS STEEL. FUNC: TO REGULATE AND SHUT OFF ENGINE BLEED AIR IN A HOT AIR SYSTEM. 26EA. Applicable to: A10. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 Sep 98 26 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 24 Feb 97. Written procedure will be used for this solicitation. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Firms interested in proposing on this RFP must have on file a current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NOTE 26. CITE: (I-347 SN011465) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 48--VALVE SOL F34601-97-08186 DUE 012797 POC For copy, Sam Hoisington/Lidac/[405]739-4466, For additional information contact Sam Hoisington/Lidac/[405]739-4466 DESC: Item 0001 NSN 4810-01-145-5094HS P/N: P28-791, VALVE USED ON KC135R ACFT NO OTHER 29EA. Applicable to: C135. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 28 FEB 97 29 ea 29 AUG 97 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 27 FEB 97. Written procedure will be used for this solicitation. To: Circle Seal, Corona Ca 91720-2881. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011526) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 48--VALVE ASSY SOL F41608-97-R-46080 DUE 020397 POC For copy, Fax request to LPKBC at (210)925-8780, For additional information contact Wilkerson, D./lpkbc/[210]925-4607 DESC: Item 0001 NSN 4820-00-105-1057RW P/N: 6859485, Size: 3 X 3 inches Predominate Material: corrosion resistant steel. Function: tubular/boltd to outer combustion chanber/ serves as drain path. 1st yr BEQ 352 ea, 2nd yr BEQ 194 ea, 3rd yr BEQ 194 ea. 740EA. Applicable to: C130 Acft. Destn: Kelly Afb, Texas 78241-6427. Delivery: 31 Dec 97 352 ea 31 Dec 98 194 ea 31 Dec 99 194 ea A 3 YEAR REQUIREMENTS CONTRACT IS ANTICIPATED The approximate issue/response date will be 02 Jan 97. To: Allison Engine Company, Indianapolis In 46206-0420. To: Dyna-Empire Inc, Garden City Ny 11530-4812. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 23,26. CITE: (I-347 SN011584) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 48--LOAD CONTROL VALVE SOL F41608-97-R-0032 DUE 013097 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Cook, D/Ldkj/[210]925-8881 DESC: Item 0001 NSN 4810-01-410-9175YP P/N: 109576-7, A two year requirements type contract with two option years is anticipated. The BEQ is 330 each for the basic period and 170 each for the first option year and 170 each for the second option year. This is a REPAIR solicitation. 1ea. Applicable to: C-5, E-3a, E-6 Acrft. Destn: Kelly Afb, Texas 78241-6449. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) ALL The approximate issue/response date will be 30 Dec 96. To: Allied Signal Inc, Phoenix Az 85072-2181. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 23.. CITE: (I-347 SN011604) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 48--VALVE, CARGO DOOR SHUTOFF SOL F41608-97-R-0077 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 4810-01-359-7125LD P/N: 1FA13023-1, AGAV III END ITEM ID: C-17 ACFT Size: approx. 1 3/4" X 3" X 3 1/2" Function: Actuate Cargo Door Lock Material: Aluminum Delivery: 31 Jul 97 24EA. Destn: Robins AFB, GA. 31098. Delivery: 31 Jul 97 24 EA Government furnished specifications, Blue Prints, Bid-Sets, and/or data not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 31 Jan 97. Written procedure will be used for this solicitation. To: Frisby Airborne Hydraulics Inc, Freeport Nj 11520. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26. CITE: (I-347 SN011605) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 48--VALVE, ROTARY SELECT SOL F41608-97-R-0079 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 4820-01-371-4285LD P/N: 17P1C7220-1, Size: Approx 10" X 8" length, 6" Height, and approx. 2 Lbs. Form/Fit/Function: Directs hydraulic Fluid under pressure to the nose gear steering cylinder, when the rubber pedals are operated while aircraft is on the ground. Material: STEEL Delivery: 31 Jul 97 3EA. Applicable to: C-17a Acft. Destn: Robins AFB, GA. 31098. Delivery: 31 Jul 97 3 EA Government furnished specifications, Blue Prints, Bid-Sets, and/or data is not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 31 Jan 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-347 SN011607) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--ADAPTER, TEST SOL SP0450-97-R-0394 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact buyer Shirley Bardo, AJ320, 804-279-3662 and contracting officer Judith Suter, 804-279-3662. DESC: PR-NO: YPG96222000412 NSN 4920-01-314-6121, adapter, test, General Electric Co CAGE 66464, P/N 9458M60G01. Tech data package availability: 1 -EA Del to (Call contracting office) Del 90 DARO. Specifications, plans or drawings relating to the procur ement described are not available and cannot be furnishe D by the Gov't. unrestricted, yes. the final contract AW Ard decision may be based upon a combination of price, P AST performance and other evaluation factors as describe D in the solicitation. other than full and open comp, yes NOTE 22. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011122) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 49--INDICATOR, STANDARD SOL F41608-97-R-0071 DUE 012397 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Ortiz, E./ldksh/[210]925-4801 DESC: Item 0001 NSN 4920-01-200-5300 P/N: 4606-0810, Size/Dimensions: 25"L X 17"W X 14.5"D/ Weight: 17 lbs. Predominant Material: Electrical Components. (P/N 4606-0810). Size/Dimensions for P/N 20-2400. 22.5"L X 22.5"W X 12.5"D. Weight: 39 lbs. Form/Fit/Function: THe standard day indicators compute and display engine measurements, corrected to Standard Day conditions. Individual selector switches allow observation of the actual engine reading when in the OBSERVE setting and or readings corrected to the Standard Day conditions when in the CORR setting. Through internal calcualtions, the Standard Day indicators compe nsate for variations from STandard Day conditions. 12ea. Applicable to: Multi. Destn: Kelly Afb, Texas 78241-6426. Tech Orders 33d4-6-523-1 and 33D4-6-523-4 apply for repair of items. A three year requirements is contemplated. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. To: Texas Aerospace Services Inc, Abilene Tx 79602-7130. To: Teague Technical Services Inc, Teague Tx 75860-0478. To: Products Support Inc, Jessup Md 20794-9678. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. CITE: (I-347 SN011368) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 49--SPVI TESTER SOL F09603-97-R-40433 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact William Downs/Lkkb/[912]926-0872 DESC: Item 0001 NSN 4920-01-435-8558GX P/N: AY96450, Dim: 36" x 36" x 36". Func: Critical link in the control system of ariel targets. Contains all escape system software that protects drone flight if ground control is lost. Matl: Various electronic components. 1ea. Opt 01 1 ea Applicable to: Mqm-107d/E. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 30 May 97 1 ea Alternate delivery quantities: Alt A To obtain a copy of solicitation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 02 Jan 97. To: Micro Systems Inc, Fort Walton Beach Fl 32548-3858. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011561) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 49--ADAPTER SET, GENERATOR SOL F41608-97-R-13071 DUE 012197 POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional information contact Sheppard, R./ldksg/[210]925-7354 DESC: Item 0001 NSN 4920-01-172-1389 P/N: A14837, Size: 30"L X 24"H X 24"W Pred matl: Steel and electronics Function: Used for functional testing of various constant speed drives and generators. Used in conjunction with the K400B test stand. IAW: DD Forms 1423 for Tech Manual updates and Level 3 drawings apply to items 0001 thru 0004 only. Addtl descpt: Fax requests for solicitations to LDKSG/E. Sutton at 210-925-9383. 1EA. Applicable to: B1b. Destn: Kelly Afb, Texas 78241-6426. Delivery: 29 Aug 97 1 ea There are no bid sets, drawings or specs available for this requirement. The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Avtron Mfg Inc, Cleveland Oh 44105-4166. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011611) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 49--TESTER, EXTERNAL, FUE SOL F41608-97-R-13249 DUE 012197 POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional information contact Sheppard, R./ldksg/[210]925-7354 DESC: Item 0001 NSN 4920-01-054-6412 P/N: 160D997870-5, APPLIC: A-10 3EA. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 Oct 97 3 ea The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 30 Apr 97. Written procedure will be used for this solicitation. To: Grumman Aerospace Corp, Bethpage Ny 11714-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011612) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 49--TEST SET, THROTTLE CONTROL SOL F41608-97-R-13268 DUE 012197 POC For copy, Sheppard, R./ldksg/[210]925-7354, For additional information contact Sheppard, R./ldksg/[210]925-7354 DESC: Item 0001 NSN 4920-01-195-1069 P/N: 948E186G1, Size: 20" L x 12" W x 13" D Pred. Matl: Electronics and Steel Function: Used to test B-1 quadrant pilot and copilot thrust controls 2EA. Applicable to: B-1b Acft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Jun 98 2 ea There are no bid sets, drawings, or specs available for this requirement. The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Martin Marietta Corp, Johnson City Ny 13790-1888. To: Martin Marietta Corp, Johnson City Ny 13790-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011613) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 49--ROBOT & CONTROL SYSTEM SOL F42650-96-Q-0512 DUE 011497 POC For copy, Debbie Sparks/Pkoc/[801]777-4299, For additional information contact Debbie Sparks/Pkoc/[801]777-4299 DESC: NSN: 4940PMATE120; Six-axis, modular construction electric servo-driven robot designed for precision, high-speed welding and cutting. The robotic system is intended to manipulate an HVOF thermal spray gun coatings to apply landing gear components. No direct contact between the robot or any of extensions and the work piece is required. The systems shall be compatible with all major brands of welding equipment. Advanced servo control shall provide high speed and smooth motion paths. There shall be a full six (6) axes of motion in the robot arm. The robot arm shall be electrically servo-driven with direct-drive motors at each axis of rotation. The minimum load capacity (payload at wrist) shall be 25 pounds. The robot and controller shall be designed and engineered for maximum reliability for operation in a variety of industrial thermal spray and welding environments. The robot bearings and drives shall be sealed. Mechanical brakes shall be installed on the necessary axes. The intended mounting is upright (floor). Other mounting configurations shall be available. The overall reach envelope of the robot arm (wrist), the required mounting footprint, and the motion range and speed of each axis of motion shall be specified in the offer. Repeatability: +/-0.004 inch per JISB 8432. The controller shall incorporate high-density, 3-D mounted electronic components, a CPU, compact enclosure and ultra-high resolution serial absolute position encoders. Robot motion programming shall be quick and easy through use of a teach pendant editor. Individual programs shall be capable of being stored permanently in the controller memory for later recall. The teach pendant shall be ergonomically designed, light weight, and have an easy to read display. The controller shall provide high-speed, high precision control of up to sixteen axes of motion. The application tools shall allow application-specific operation and plain-English programming. Diagnostic assistance and plain-English error codes shall be available to help simplify program and hardware troubleshooting. To include installation and training. Delivery: 60 days ARO Destn: Hill AFB UT 84056 The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 17 Jan 97. Oral procedure will be used for this solicitation. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 500 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This synopsis contains enough information for the buyer to receive oral quotes. No separate written solicitation will be issued. If you are interested in quoting on this acquisition, please contact the buyer stated above with your quote. See Note (s) 1. CITE: (I-347 SN011668) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: 51--SCREWDRIVER, AIR POWERED EXTRNL ADJ SOL F34650-97-T-1315 DUE 011097 POC For copy, Roger Raines/Pkoca/[405]739-3743, For additional information contact Roger Raines/Pkoca/[405]739-3743 DESC: Item 0001 NSN 5130-P5-208-51F Solicitation is for 105 ea. Two additional line items for 19 ea & 10 ea will be combined for total of 134 ea. Item is screwdriver, air powered externally adjusted. Collar; precision torque accuracy, 3/8" sq drive, 450 RPM and 20 to 100" pounds adj sq drive. Size: 10-3/8", 3-5/8 lbs. Mfr: Ingersoll-Rand Co, Mfr Code: 65853. PN 4RTPSS3G1. DO NOT SUBSTITUTE. Anticipated award date 17 Jan 97. FAX #(405) 739-7423. ea. Destn: Tinker Air Force Base Ok 73145-9106. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 21 Jan 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011408) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--RIVET, BLIND SOL SP0500-97-Q-H278 DUE 122796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Stephen trgeser/UBC01/X3061 buyer: R Scheel/UBC03/X2727 DESC: PR-NO: YPI96236000919 NSN 5320-01-051-8194, 9,140 -EA Del to New Cumberland PA 17070-5001 Del by 20 Oct 96. RFQ due date 96 Dec 27 specs: NAS 1768 M4-1 item is on a qslm/qsld list quantity is fixed deliveries to CONUS(excluding Alaska) delivery schedule: 21 days offers will be evaluated with a 10% preference for small disadvantaged business concerns other NOTES: qualified suppliers list for manufacturers/ qualified suppliers list for distributors (qslm/qsld) requirement (DISC 3/9) specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011205) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--BOLT, MACHINE BOEING VERTOL(77272) SOL SP0500-97-Q-F748 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: M Pratt/NAB08/X0906 buyer: marty P ratt/NAB08/X0906 DESC: PR-NO: YPI96250000255 NSN 5306-01-122-0312, 900 -EA Del to New Cumberland PA 17070-5001 Del by 26 Jan 97. RFQ due date 97 Feb 03 primary quantity: 900 deliveries to CONUS(excluding Alaska) delivery schedule: 60 days after date of order offers will be evaluated with a 10% preference for small disadvantaged business concerns this contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (C) (1) this purchase is for a national defense item and therefore restricted to U.S. sources while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X14652, X2978. CITE: (I-347 SN011206) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, SELF-LOCKING, PLATE GENERAL DYNAMICS CORP (81755) SOL SP0500-97-Q-G483 DUE 123096 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: C McCarthy/JAC33/X3619 buyer: G Ja ckson/JAC38/X3619 DESC: PR-NO: YPI96319000613 NSN 5310-01-054-0840, @THREAD quantity per inch 28 @MATERIAL steel comp 8740 or steel comp 4140 nut steel corrosion resisting shell @SURFACE treatment Cadmium nut passivate shell @NUT length 0.790 inches minimum and 0.824 inches maximum @NUT height 0.496 inches minimum and 0.536 inches maximum @PLATE width 0.535 inches minimum and 0.565 inches maximum @LOCKING feature prevailing torque all metal Des ign @NUT mounting provision straight holes 9,000 -EA Del to (Call contracting office) Del by 16 Nov 96. RFQ due date 96 Dec 30 specs: General Dynamics P/N C7983-4 primary quantity: 16030 deliveries to CONUS(excluding Alaska) delivery schedule: 90 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns specs/Dwgs are not required this solicitation also contains YPI96226000415 to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011209) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--SCREW, MACHINE SOL SP0500-97-Q-G685 DUE 011497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Deborah gillard/NBC05/X2722 buyer: Debbie gillard/NBC05/X2722 DESC: PR-NO: YPI96320000606 NSN 5305-00-271-7746, 5,530 -HD Del to New Cumberland PA 17070-5001 Del by 01 Jan 97. RFQ due date 97 Jan 14 specs: STD PN AN15807 primary quantity: 5530 deliveries to CONUS(excluding Alaska) delivery schedule: 60 days this is a small business set-aside, the size standard is 500 Dwgs/specs are not required other NOTE: award will be made using written RFQ expected award date: 15 Jan 97 to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011210) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 53 -- SHIMS, VARIOUS SIZE AND THICKNESS SOL DAAA03-97-R-0019 DUE 013197 POC Larry Crane, Contract Specialist, 501/540-3842. DESC: Shim, Part No. (P/N) 15-12-308-1, thickness .010 +/- .001, 5.250 - .050 inch diameter, NSN 5310-01-X94-0485, Quantity: 207,060 each; Shim, P/N 15-12-308-2, thickness .0050 +/- .0008, 5.250 - .050, NSN 5310-01-X94-0487, Quantity: 105,060 each. Shim, P/N 15-12-308-3, thickness .0020 +/- .0005, 5.250 - .050 diameter, NSN 5315-01-X94-0487, Quantity: 105,060 each. All three (3) shims shall be made in accordance with (IAW) Drawing (DWG) 15-12-308 Revision C, dated 13 Jul 85 and Notice of Revision (NOR) S4C3005-004 dated 4 Mar 94. Material is aluminum sheet, 6061-T6, .025 nominal stock thickness, Specification QQ-A-250-11.4. A 100% option for each NSN is applicable. Proposed acquisition will be set-aside 100% for small business concerns. SIC Code is 3499 and size standard is 500 employees. All responsible sources may submit an offer which shall be considered. All request for a copy of this solicitation shall be in wirting to the issueing office or by facsimile to (501) 540-4090. The solicitation documents (drawings and specifications) contains information that has a military or space application. Only businesses that have been certified by the Department of Defense and have a valid need to know may have a copy of the solicitation documents. All request for copies of the solicitation documents must include a copy of the DD Form 2345. TO request certification, write to the Commander, Defense Logistics Service Center, Attn: DLSC-FEB, Federal Center, Battle Creek, MI 49017-3084 or call the Defense Logistics Service Center on 800-352-3572. See Numbered Note(s): 1, 8. CITE: (I-347 SN011269) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 53--CLEVIS DUE 011797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Alex Varughese/Lpdpb/[405]739-5490 DESC: Item 0001 NSN 5340-01-175-3069JF P/N: 9557M15P02, Clevis, rod end MATL: Nickel Steel contains 1 central clevis with 2 arms proje cting off the shank each arm has a clevis at the ends. All 3 clevis have holes thru the forks, FUNCTION: item connects inner gutter ring to augmentor flameho lder APPL: F101-102 engine B-1B ACFT AUGMENTER FLAMEHOLDER APPL: F101-102 engine B-1B ACFT 440EA. Applicable to: B1b Aircraft. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 146 ea 30 Jan 98 146 ea 27 Feb 98 148 ea The approximate issue/response date will be 17 Dec 96. The anticipated award date will be 19 Feb 97. Written procedure will be used for this solicitation. To: Wyman-Gordon Investment Castings, Groton Ct 06340-4537. To: General Electric Supply Co, Mt Laurel Nj 08054-1702. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011286) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--BOLT, SHEAR SOL SP0500-97-R-0039 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Bernard J Black/NCB09/X0949 buye R: L Ford/NCC07/X0949 DESC: PR-NO: YPI96283005164 NSN 5306-01-091-6905, 15,825 -EA Del to New Cumberland PA 17070-5001 Del by 20 Nov 96. RFP due date 97 Feb 03 specs: MIL-B-8906C, STD NR MS14163 Rev B P/N-09024 item on a qualified products list qualifying activity name: naval air sys CMD, Naval Air Warfare Ctr Acft Div code 4352 22541 millstone Road Patuxent River MD 20670-5304 primary quantity: 15825 delivery schedule: 145 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 U pon a combination of price and delivery as described in sction M of this solicitation specs/Dwgs are not required. CITE: (I-347 SN011317) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--SCREW, RAM AIR DRIVE THE MARQUARDT CO. (86845) VAN NUYS, CA. SOL SP0500-97-Q-F750 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: M Pratt/NAB08/X0906 buyer: marty P ratt/NAB08/X0906 DESC: PR-NO: YPI96292000735 NSN 5305-00-605-3110, 350 -EA Del to Jacksonville FL 32212-0097 Del by 09 Dec 96. RFQ due date 97 Feb 03 primary quantity: 350 deliveries to CONUS(excluding Alaska) delivery schedule: 60 days after date of order offers will be evaluated with a 10% preference for small disadvantaged business concerns this contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (C) (1) this purchase is for a national defense item and therefore restricted to U.S. sources while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011319) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--BOLT, HOOK 19207 US ARMY TANK AUTOMOTIVE COMMAND SOL SP0500-97-Q-8836 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jay ward/NBD03/X2389 buyer: J Mur Ray/NBD06/X6370 DESC: PR-NO: YPI96295001351 NSN 5306-01-190-2193, @THREAD quantity per inch 18 @MATERIAL steel comp 1010 or steel comp 1015 or steel comp 1016 or steel comp 1017 or steel comp 1018 or steel comp 1019 or steel comp 1020 overall @DISTANCE from inside of Bend to shank END 8.954 inches minimum and 8.974 inches maximum 9,200 -EA Del to New Cumberland PA 17070-5001 Del by 23 Feb 97. RFQ due date 97 Feb 03 I/A/W 19207 12339013 P/N 12339013 primary quantity: 9200 deliveries to CONUS(excluding Alaska) delivery schedule: 120 days NOTE 1 applies this purchase is for a national defense item and therefore restricted to U.S. sources while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation NOTE 9 applies to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011320) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--GASKET STEEL AND GRAPHITE SOL SP0500-97-Q-D007 DUE 122396 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Ed brogan/LCC03/X6182 buyer: Amy bertoline/LCC28/X5601 DESC: PR-NO: YPI96310003190 NSN 5330-01-351-5556, 155 -EA Del to New Cumberland PA 17070-5001 Del by 08 Dec 96. RFQ due date 96 Dec 23 specs: Dwg NR 19207 12368978 no Rev incremental bidding: primary quantity: 155 1ST alt quantity: 100 2ND alt quantity: 225 deliveries to CONUS(excluding Alaska) delivery schedule: 120 days required NOTE 1 applies 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 NOTE 9 applies to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011321) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL 80020 NAVAL AIR ENGINEERING CENTER SOL SP0500-97-Q-D076 DUE 121796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Ed brogan/LCC03/X6182 buyer: Amy B ertoline/LCC03/X5601 DESC: PR-NO: YPI96317001809 NSN 5330-00-597-9254, 60 -EA Del to New Cumberland PA 17070-5001 Del by 06 Jan 97. RFQ due date 96 Dec 17 specs: Dwg NR 80020 316322 Rev L yearly estimated quantity deliveries to CONUS (excluding Alaska). Delivery schedule: 60 days required. Indefinite delivery type contract NOTES 1 and 9 applies size standard: 500 while price will be a significant factor in the evaluation of offers, the final contract award price be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX14620RX2978. CITE: (I-347 SN011322) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN 78286 UNITED TECH SIKORSKY AIRCRAFT DIV SOL SP0500-97-Q-E835 DUE 121796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Ed brogan/LCC03/X6182 buyer: Amy bertoline/LCC28/X5601 DESC: PR-NO: YPI96318001211 NSN 5330-01-125-6855, 180 -EA Del to New Cumberland PA 17070-5001 Del by 14 Dec 96. 250 -EA Del to Cherry Point NC 28533-5001 Del by 14 Dec 96. RFQ due date 96 Dec 17 yearly estimated quantity primary quantity 250 tentative deliveries to CONUS (excluding Alaska). Delivery schedule: 90 days required indefinite delivery type contract NOTES 1 and 9 applies sizestandard: 500 while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. CITE: (I-347 SN011323) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--GASKET, NONASBESTOS P/N 02783 (14153) SOL SP0500-97-Q-G491 DUE 011397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Mary Fonovic/LDB21/X4537. buyer: Mary Fonovic/LDB21/X4537. DESC: PR-NO: YPI96339001310 NSN 5330-01-377-9775, 5.6875 + or - .062 ID 12 holes on 7.625 bolt circle not equally spaced 8.562 + or - .062 OD. 2,765 -PG Del to New Cumberland PA 17070-5001 Del by 06 Jun 97. RFQ due date: 13 Jan 97. Specs: MIL-G-12803C, type number 14153 02783. Primary quantity: 2765 deliveries to CONUS (excluding Alaska). Delivery schedule: 100 days. Size standard: 500 NOTES 1 and 9 applies. This purchase is for a national defense item and therefore restricted to U.S. sources. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Method of solicitation will be written RFQ. This requirement will be solicited as an indefinite delivery purchase order (idpo). To obtain a copy of this solicitation please send FAX request to (215) 697-6333 or X1462 or X2978. CITE: (I-347 SN011325) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 53--PIN ASSY, IAW FM 2. SOL FD2050-97-16050 DUE 012397 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Hernandez, R./ldktl/[210]925-0190 DESC: Item 0001 NSN 5315-00-065-7900 P/N: 58A46177, Size: Pin, 3 inch long. Predominate Material: Steel Alloy. Function: Cable Lanyard w/terminations, Special Features: Ring 58a46236 attached to Lanyard: u/o MHU-141/M, MHU-28/E, MHU-25E, MHU-12A/M. 5030EA. Applicable to: Multi-Use. Destn: Kelly Afb, Texas 78241-6426. Delivery: 29 Aug 97 5030 ea The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Avibank Mfg Inc, Burbank Ca 91502-2348. To: Jo-Bar Mfg Corp, Bedford Oh 44146-5483. To: Herco Aircraft Machine Inc, San Antonio Tx 78211-0655. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1, 26. CITE: (I-347 SN011373) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 53--LATCH AY SOL F34601-97-R-30100 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Birdie Lemons/Ladca/[405]739-4139 DESC: Item 0001 NSN 5340-00-718-0680FG P/N: 10-30197-4, P/N 1O-30197-4 Dim: 1 inch wide by 2 inches high by 18 inches long. Matl: alum and steel. Func: Attaches the engine cowling to the engine. Government new and unused surplus is acceptable if part number and manufacturer verification, test veri- fication and verifiable dimensions are provided. Production sample is required. 62EA. Applicable to: B52h. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 30 Sep 97 62 ea Procurements will be made only from approved source(s). The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011429) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--RING,RETAINING SOL F42630-97-Q-21899 DUE 011497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 5365-01-331-0084LE P/N: 85-624, 15 1/2 inch x. 12 inch. Retaining ring for F-16 wheel assy. 728ea. Applicable to: F-16. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 30 Jun 97 300 ea 29 Aug 97 428 ea The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. To: The B F Goodrich Co, Troy Oh 45373-0340. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-347 SN011436) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--PACKING, PREFORMED SOL F42630-97-Q-21900 DUE 011497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 5330-01-331-3891LE P/N: 68-1288, Packing, preformed. Made of rubber used on F-16 block 50 main landing gear wheel. 4128ea. Applicable to: F-16. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 30 Apr 97 1000 ea 30 May 97 1000 ea 31 Jul 97 2128 ea The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. To: The B F Goodrich Co, Troy Oh 45373-0340. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. See Note (s) 26. CITE: (I-347 SN011437) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 53--LATCH AY SOL F34601-97-R-30100 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Birdie Lemons/Ladca/[405]739-4139 DESC: Item 0001 NSN 5340-00-718-0680FG P/N: 10-30197-4, P/N 1O-30197-4 Dim: 1 inch wide by 2 inches high by 18 inches long. Matl: alum and steel. Func: Attaches the engine cowling to the engine. Government new and unused surplus is acceptable if part number and manufacturer verification, test veri- fication and verifiable dimensions are provided. Production sample is required. 62EA. Applicable to: B52h. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 30 Sep 97 62 ea Procurements will be made only from approved source(s). The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-347 SN011473) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--RING, RETAINING SOL F42630-97-R-21898 DUE 012497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 5365-01-331-0085LE P/N: 85-626, Approximate 14.02 inch outside dia x. 4 inch high. Lock ring for landing gear wheel. Material Al aly. 796ea. Applicable to: F-16. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 30 May 97 200 ea 31 Jul 97 596 ea The approximate issue/response date will be 26 Dec 96. To: The B F Goodrich Co, Troy Oh 45373-0340. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-347 SN011499) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 53--SEAL, MAGNETIC SOL F34601-97-08152 DUE 012797 POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional information contact Charles Ferguson/Lidac/[405]739-4465 DESC: Item 0001 NSN 5330-01-357-6393HS P/N: 91082, SHAFT SEAL STAINLESS STEEL FLUOROCARBON ALNICO-5 AND CARBON GRAPHITE SEAL PROHI BITS HYDRAULIC FLUID FROM LEAKING NHA 1650005355878 USED ON HYDRAULIC MOTOR FOR KC135 SERIES. 275EA. Applicable to: Kc135. Destn: fb2049. Delivery: 31 MAR 97 275 ea 31 JUL 97 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 27 FEB 97. Written procedure will be used for this solicitation. To: Magnetic Seal Corp, Warren Ri 02885-0445. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Note: This acquisition will be competed IAW the Depot Maintenance Competition Program as prescribed by Public Law 102.396, Section 9095. This acquisition is open to all interested parties including U.S. Department of Defense sources who submit a bid or proposal and compete for this requirement. See Note (s) NUMBERED NOTE 26. CITE: (I-347 SN011501) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 53--TIEROD SOL F34601-97-Q-52942 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Diane Kalousdian/Lpdpa/[405]739-5391 DESC: Item 0001 NSN 5306-00-083-7025RV P/N: 703556, Tierod - 17.861 in long x 0.4375 inwide. Rod has 6 lands, one end is threaded, one end has head with flat side. Function: keeps 2nd,4th,5th, 6th, 7th, 8th, and 9th stage disks bolted together. Appl: TF33-3/103/5/9/102/102a Material: Stainless steel 1424EA. Applicable to: Tf33. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 29 AUG 97 1424 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Sierra Tech, Oxnard Ca 93030-7313. To: Electro-Methods Inc, South Windsor Ct 06074-2422. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-347 SN011506) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 53--BRACKET SOL F34601-97-R-49482 DUE 012797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Mary J Wade/Lpdpb/[405]739-4353 DESC: Item 0001 NSN 5340-01-383-8274PR P/N: 9538M14G03, Bracket is an integral part of the exhaust nozzle system. Serves to attach the primary flap to the exhaust nozzle circumferential seal. Dim: approx 1.13 in w by 5.77 in l Mtl: AMS 4928, Appl F110 engine. 1048EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 1048 ea Item 0002 NSN 5340-01-383-8274PR Bracket P/N: 9538M14G03, Bracket is an integral part of the exhaust nozzle system. Serves to attach the primary flap to the exhaust nozzle circumferential seal. Dim: approx 1.13 in w by 5.77 in l Mtl: AMS 4928, Appl F110 engine. 387EA. Applicable to: F110 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 387 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001,0002 The approximate issue/response date will be 26 Dec 96. To: Tool Sales And Service, Cincinnati Oh 45215-1244. To: Berkshire Industries Inc, Westfield Ma 01085-0828. To: Precision Metal Products Inc, El Cajon Ca 92020-1218. To: Ketema Aldan Inc, El Cajon Ca 92022-0666. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 1. CITE: (I-347 SN011532) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 53--TIE ROD SOL F34601-97-R-52937 DUE 013197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Tom K. Williams/Lpdpa/[405]739-5507 DESC: Item 0001 NSN 5306-00-966-8046RV P/N: 471211, Tierod - attaches 1st stage turbinedisk to the high speed turbine Shaft. D Imensions: 0.4375-20 x 1.062 inch long. Material: Steel.nha: n2 turbine ro Tor assy. Appl: tf33-5/7/9/11/100/102/103 4260EA. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 APR 97 4260 ea The approximate issue/response date will be 16 DEC 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Bristol Industries, Brea Ca 92621-4119. To: Sps Technologies Inc, Santa Ana Ca 92702-1259. To: Voi-Shan Div Of Vsi Corp, Torrance Ca 90505-5103. To: Textron Inc, Rockford Il 61104-5159. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. CITE: (I-347 SN011569) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 54--DOME SHELTER SOL F09603-97-R-71014 DUE 013097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Robert Vanzant/Lvka/[912]926-6279 DESC: Item 0001 NSN 5410-01-363-0090EJ P/N: 9434477-10, Dim: 70' w X 25.6' h X 121' l. Matl: Various aluminum beam with fabric covering. Funct Mobile, deployable shelter with various applications. Option: 100%. 30ea. Applicable to: Rdf. Destn: Ship to will be furnished at time of award. Delivery: 31 Dec 98 30 ea Fax No: 912-926-7572 The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious 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. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). The Data Package for this requirement is available on CD-ROM only. Aperture Cards are not available for this procurement. The minimum set-up requirements to view this data package are as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MS DOS, Version 5.0 or Later. See Note (s) 1 26. CITE: (I-347 SN011538) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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-R-0038 DUE 012397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: R.HARRISON/wa/X5509 buyer: j.kocha nowicz/WAA04/X5509 DESC: PR-NO: YPI96339001320 NSN 5530-00-129-7721, plywood, Const; I/A/W A-A-55057A, type a (PS1-95) grade: a-c ext - size: 1/4 "X 48" X 96 ". 2,800 -SH Del to Mechanicsburg PA 17055-0789 Del by 01 Oct 97. RFP due date 97 Jan 23 specs: MM-L-751, A-A-55057- type a predominant mater: softwood size/dimen: 2INX4INX8FT, 2X4X12FT, 2X4X16FT, 2X6X8FT, 2X6X12FT, 2X6X16FT, 2X8X16FT, 2X10X16FT, 2X12X8FT, 2X12X12FT, 2X12X16FT, 4X4X8FT, 4X4X12FT, 4X4X16FT, 4X6X16FT, 1X6X16FT, 1X10X16FT, 1X12X16FT, 1/4INX4FTX8FT, 3/8INX4FTX8FT, 1/2IN X4FTX8FT, 3/4INX4FTX8FT. Primary quantity various delivery 30 days NOTE 1 applies size/standard: 500 specs/Dwgs are not required. CITE: (I-347 SN011215) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CONTROL-INDICATOR SUBASSEMBLY SOL SP0970-97-Q-A107 DUE 012497 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: YPE96267000389 NSN 5895-01-337-8235, CAGE 82686 Part No L306944 no additional descriptive data available. 35 -EA Del to Lathrop CA 95330 Del by 16 Nov 96. 10 -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: 45 EA. Line 1 quantity 35 -W62G2T Stockton CA 95296-0130. Line 2 quantity 10 -SW3100 Mechanicsburg PA 17055-0789. Delivery schedule: 45 ea.within 30 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-347 SN011160) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--TELEPHONE SET SOL SP0970-97-T-2267 DUE 021597 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: YPE96296000003 NSN 5805-01-298-2598, CAGE 73274 Part No MWT-R-8 2 -SE Del to Marshall islands MH Del by 16 Dec 96. Full and open competition: military specification item solicited various increments from: 100 to 4999 delivery schedule: 120 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-347 SN011163) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--KIT, SLIDE APPROVED SOURCE JFC ELEC.(27594) P/N SOL SP0970-97-Q-A110 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: YPE96326000462 NSN 5895-01-124-8571, CAGE 13499 Part No 622-3418-001 CAGE 27594 Part No 622-3418-001 100 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicicted: 50-99, 100-149, 150-199, 200-249, 250-299, 300. Line 1 quantity 220 - SW3100 Mechanicsburg PA 17055-0789. Delivery schedule: all quantities IN 90 days. Set-aside: unrestricted with preferential consideration for SDB. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011179) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--TUBE. LIGHT AMPLIFIER, (IMAGE INTENSIFIER ASSY 25 MM D.C. (DISTORTION CORRECTED) THREE STAGE SOL SP0970-97-Q-A099 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: YPE96326000615 NSN 5855-01-033-6774, CAGE 20948 Part No F4721 CAGE 51298 Part No 510-3022-418 "no additional descriptive data available". Other than full and open competition. Part numbered item. Products offered clause applies. Various increments solicited from: 1-4 EA; 5-9 EA; 10-14 EA; 15-19 EA; 20-24 EA; 25 EA. PR quantity: 4 EA. Deliver to: 2 EA - V04697 FPO AE 09536-2590. 2 EA - V20635 FPO AE 09545-2610. Delivery schedule: all quantities IN 90 days. Set aside type: unrestricted with preferential consideration for SDB. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011180) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: 116 BW/LGC 539 PAGE RD BLDG 291 ROBINS AFB, Ga.31098 SUBJECT: 58 -- SOUND SYSTEM SOL 97U0020 DUE 122096 POC CONTACT SSgt ROBERT SHUBERT CONTRACTING OFFICER 912-926-5312 DESC: SOUND SYSTEM, THIS SYSTEM WILL BE PURCHASED AND INSTALLED IN BLDG 12 ROBINS AFB Ga. 31098. THE SYSTEM WILL CONSIST OF THE FOLLOWING SYSTEMS: (EACH SYSTEM HAS SEVERAL LINE ITEMS) #1. PLAYBACK DEVICES,#2. SLIDE PROJECTOR SYSTEM,#3. SWITCHING SYSTEM,#4.VOICE REINFORCEMENT SYSTEM,#5. SURROUND SYSTEM,#6. OVERHEAD PROJECTOR,#7.CONTROL SYSTEM,#8. ZERO STANTRON XR1907025 RACK SYSTEM OR EQUAL CITE: (I-347 SN011224) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 58 -- GENERATOR, VIDEO SOL DAAH01-97-R-A057 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5398-96 (MA) NSN 5821-01-198-5371, Army P/N 5003800-2, QTY 21 each. In addition, this requirement will have option quantities for base year FY 97 and out years FY 98 through FY 00, with quantities ranging from 5 - 15 each for FY 97 through FY 99, and 15 - 35 each for FY 00. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Rockwell International Corporation, Defense Electronics Operations, Anaheim Division, 3370 Miraloma Avenue, P.O. Box 4192, Anaheim, CA 92803. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5821-01-198-5371, Awd Date 093092, Qty 10, Unit Price $6,570.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Drawings, specifications or other technical data are not available and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through the Internet. See Numbered Note(s): 22. CITE: (I-347 SN011227) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, NJ 07703-5008 SUBJECT: 58--LINE TERMINATION UNIT MODIFICATION KIT AND T1 CIRCUIT CARD ASSEMBLIES SOL DAAB07-97-Q-F530 DUE 010397 POC Tom Taylor, 908/532-4991, AMSEL-ACCB-A-BD, Contracting Officer, Kenneth Tedeschi, 908/532-4809 DESC: The CECOM Acquisition Center contemplates noncompetitive negotiations with the Communication Systems Division of GTE Government Systems Corp., Taunton, MA, for installation of a modification kit and two T1 circuit card assemblies in a Government furnished Line Termination Unit (LTU), to provide T1/E1 interface capability. After modification, the LTU is to be shipped to CENTCOM in Saudi Arabia for use to provide communication connectivity between an AN/TTC-39A(V)4 switch and the Saudi Arabian commercial telephone system, through an IDNX multiplexer. The Government is to have an option for installation of a modification kit and T1 circuit cards in a second LTU. Noncompetitive negotiations with the Communication Systems Division of GTE Government Systems Corp. are contemplated for this requirement, because the Government does not possess complete technical data for the LTU modification kit and T1 card and GTE is the only known source for these items. All responsible sources may submit a quotation, however, which shall be considered by the agency. Use of simplified acquisition procedures is anticipated. GTE will be requested to provide a written quotation, and it is expected that a purchase order will be issued on or about 15 January 1997. See Note 22. EMAILADD: defazioj@doim6.monmouth.army.mil EMAILDESC: CITE: (D-347 SN011307) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, NJ 07703-5008 SUBJECT: 58--POWER SUPPLY SOL DAAB07-97-Q-F276 DUE 013197 POC Ernest Brockington, Contract Specialist, (908) 532-4844, Celeste M. Boucher, Contracting Officer, (908) 532-1613 DESC: NSN: 6130-01-261-2914, P/O AN/TSM-183, ANTSQ-154, ANTTC46, IAW P/N: 28-2733509-1 or P/N: LV28DETX10, 10 each, Delivery: 240 DAC, New Cumberland, PA. NSN: 6130-01-254-6692, P/O RT-1539, IAW P/N U08247-00, 3 each, Delivery: 240 DAC, New Cumberland, PA. A competitive negotiation is proposed with GTE Government Systems Corp. and ABBOTT Transistor Labs because this procurement is confined to the contractors P/N and must be compatible in form, fit and function with existing equipment. The Government physically does not have in its possession the data to purchase these parts from other sources. The data and data rights are not owned by the Government. However, responsible sources may submit a proposal which will be evaluated/considered. Only written requests for this solicitation will be accepted. The government provides information without assuming responsibility for its accuracy or for any conclusions or interpretations which may be drawn. EMAILADD: defazioj@doim6.monmouth.army.mil EMAILDESC: CITE: (D-347 SN011353) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, NJ 07703-5008 SUBJECT: 58--TRAY ASSEMBLY SOL DAAB07-97-Q-F277 DUE 013197 POC Ernest Brockington, Contract Specialist, (908) 532-4844, Celeste M. Boucher, Contracting Officer, (908) 532-1613 DESC: Tray Assembly-KY-68, NSN: 5895-01-296-9921, P/O MSE Spares, IAW P/N 03-2734093-1, 33 each, Delivery: 180 DAC, New Cumberland, PA. Tray Assembly, Mounting, NSN: 5895-01-296-9920, P/O MSE Spares, IAW P/N 03-2734161-1, 28 each, Delivery: 180 DAC, New Cumberland, PA. This is a Sole Source procurement with GTE Government Systems Corp of Taunton, MA because this procurement is confined to the contractor's P/N and must be compatible in form, fit and function with existing equipment, and the Government physically does not own or have in its possession the data and data rights to purchase these items from other sources. However, responsible sources may submit a proposal which will be evaluated/considered. Only written requests for this solicitation will be accepted. The government provides information without assuming responsibility for its accuracy or for any conclusions or interpretations which may be drawn. EMAILADD: defazioj@doim6.monmouth.army.mil EMAILDESC: CITE: (D-347 SN011354) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base Ga 31098-1638 SUBJECT: 58--RECEIVER TRANSMITTER SOL F09603-97-R-G0030 DUE 013097 POC For copy, Shelby Snow/Lykd/[912]926-2802, For additional information contact Shelby Snow/Lykd/[912]926-2802 DESC: Item 0001 NSN 5841-01-301-4588 P/N: 8010000653-6, Dim: 3.5" X 6.3" X 8.5: Matl: Electrical components, wiring, metals and molded outer substances. Func: Generates/receives and tracks radar pulses. 12ea. Applicable to: Apn-232/Cara. Destn: Douglas Aircraft Co CODE: EY9688. Delivery: 28 Nov 97 12 ea FAX 912-926-7530 The approximate issue/response date will be 30 Dec 96. To: Navcom Defense Electronics Inc, El Monte Ca 91731-1997. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-347 SN011539) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base Ga 31098-1638 SUBJECT: 58--TRANSMITTING SET SOL F09603-97-82524 DUE 020397 POC For copy, Bill Sirmon/Lykb/[912]926-7054, For additional information contact Bill Sirmon/Lykb/[912]926-7054 DESC: Item 0001 NSN 5821-01-397-5848 P/N: T705L, APPL BQM-34A (FIREBEE MISSILE). MASDC AND LOCAL RECLAMATION SOURCESCONSIDERE D. ISSP EXEMPT. MAT: CONNECTOR, CHASSIS, PRINTED WIRING BOARD, RESISTORS, CAPACITORS, SEMI-CONDUCTORS. DIM: 2.5"W X 4.21"L X1.51" H. FUNC: TO ACCOMOD ATE MISSILE SCORING WHEN MULTIPLE TARGETS ARE PRESENTED. 10EA. Applicable to: Bqm-34a. Destn: Robins Air Force Base Ga 31098-1638. Delivery: 31 MAR 97 10 ea NO DATA IS AVAILABLE. GOVERNMENT IS SOLICITING PRIME MANUFACTURER. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 03 FEB 97. Oral procedure will be used for this solicitation. To: Lockheed Martin Microcom Corp, Horsham Pa 19044-0000. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. See Note (s) 26. CITE: (I-347 SN011558) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--RECEIVER TRANSMITTER SOL F09603-97-R-0027 DUE 020397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Harry Bryan/Lykb/[912]926-7088 DESC: Item 0001 NSN 5821-ND-159-7422 P/N: 707060-802, Dim: 4.98" X 4.73" X 8.25". Matl: Various circuit cards, capacitors, resistors, ICS and metal. Func: This radio set provides air to air, air to ground, ground to ground normal voice communications in 225.000khz to 399.975khz military band. 4ea. Applicable to: Arc-164. Destn: EY1205. Delivery: 31 Dec 97 4 ea Fax Nr 912-926-7572 The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 07 Feb 97. Written procedure will be used for this solicitation. To: Hughes Defense Communications, Fort Wayne In 46808-4106. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-347 SN011560) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--RECEIVER/TRANSMITTER SOL F09603-97-R-00029 DUE 013097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Steve Bilbrey/Lykd/[912]926-7427 DESC: Item 0001 NSN 5841-01-194-2452CW P/N: 2070963-0104, 6ea. Applicable to: Aps-133. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 28 Nov 97 6 ea Facsimile (912) 926-7572 The approximate issue/response date will be 30 Dec 96. To: Alliedsignal Inc, Fort Lauderdale Fl 33309-1855. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-347 SN011622) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Room 6875, JEH-FBI Bldg., 935 Pennsylvania Ave., NW, Washington DC 20535 SUBJECT: 58 -- ANTENNAS SOL RFP-7062 POC Mr. Charles P. Taylor, Contract Specialist, 703 630-6703. DESC: LOG PERIODIC ANTENNAS - The FBI has a need to purchase AEL Industries, Incorporated LOG PERIODIC and MULTI OCTAVE HORN antennas or equal. The following are the FBI's requirements 3 each LOG PERIODIC ANTENNA, 0.1 TO 1.0 GHz, model APX-1348 or equal, 3 each LOG PERIODIC ANTENNA, 1.0 TO 12.4 GHz, model APX-1293 or equal, 2 each MULTI-OCTAVE HORN, 0.5 TO 6.0 GHz model h-1734 or equal and 2 each MULTI-OCTAVE HORN, 2.0 to 18.0 GHz, model h-1498 or equal. No telephonic request for the above referenced RFP will be accepted. All request shall be in writing. Please reference RFP-7062 in your written request. CITE: (I-347 SN011724) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: 141 LS Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439 SUBJECT: 59--RADIO EQUIPMENT SOL DAHA45-97-Q-0010 DUE 011697 POC Contracting Office, Denise Kaufmann, 509/247-7224 or 7220; FAX 509/247- 7225 DESC: Furnish the following: 105 ea - Headsets, David Clark P/N H10-66; 110 ea - Gel Ear Seal (fits David Clark Headsets) P/N 40243G-02. No Substitutes. All or none award. Delivery to 141 LS/LGSD, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439. CITE: (I-346 SN011077) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--SPLICE, CONDUCTOR SOL SP0450-96-Q-PB34 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JDPA Richmond VA 23297-5000 AC (804)279-5970. For copies of RFQ solicitations, contact the buyer. ma ndy Lambert/804-279-5970/AT232 DESC: PR-NO: YPG96085000749 NSN 5940-01-243-6750, 3,409 -EA Del to Stockton CA 95296 4,904 -EA Del to Mechanicsburg PA 17055-0789 see NOTE 9. see NOTE 23. Qualifying activity: Naval Air Warfare Center, Aircraft Div., Attn: commanding officer, naval warfare center code 4.5.6.3 (MS-60) Ind., IN 46219-2189. Delivery 60 days ARO. Unrestricted: yes. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Open date: 1/02/97 close date: 1/17/96 all responsible sources may submit offer which DGSC shall consider. CITE: (I-346 SN011115) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--COVER, CONDUIT OUTLET SOL SP0450-97-Q-L227 DUE 013197 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.hat tie Heiskill/AT230/DSCR-JDPA/804-279-3031 contracting officer: B. Smith/DSCR-JDPA/804-279-3031 DESC: PR-NO: YPG96268000380 NSN 5975-01-258-7076, cover, conduit outlet source control - Martin Marietta, Part No. 10252900-1 Wyman Gordon composites, Inc., P/N 10252900-1 350 EA - Del by 473 days to red River army depot, Texarkana, TX 75507 78 EA - Del by 473 days to Richmond, VA 23297-5900 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011126) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CABLE ASSEMBLY, RADIO FREQUENCY SOL SP0451-97-Q-F418 DUE 012497 POC Contact: for copies of RFQ solicitations, contact the buyer, POC is dianekinker/BB836/804-279-4217, FAX dscr-jbpa /804-279-6009, contract-ing officer, Kathleen Hicks/80 4-279-4935/fax dscr-jbpa 804-279- 6009. DESC: PR-NO: YPG96289001143 NSN 5995-01-167-2270, cable assembly, radio frequency, I/A/W aec Dwg SM-C-920015, Rev B & DGSC TDPL 01167227095252, drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. Unrestricted. More than one source. Origin inspection required. 31 - EA Del to Richmond VA 23297-5900 Del by 553 days ARO. 23 -EA Del to Barstow CA 92311-5014 Del by 553 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011127) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CABLE ASSEMBLY, RADI SOL SP0451-97-Q-F420 DUE 122496 POC Contact: for copies of RFQ solicitations, contact the buyer, Diane KINKERBB836/804-279-4217, FAX DSCR-JBPA/804-27 9-6009, contracting officer Kathleen Hicks/804-279-493 5. DESC: PR-NO: YPG96295000924 NSN 5995-01-106-8566, cable assembly, RAD, Eaton Corp, ail Div, CAGE 00752, P/N 365292-1. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Critical application item. Origin inspection required. 31 -EA Del to Bremerton WA 98314 Del by 165 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011128) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CABLE ASSEMBLY SOL SP0451-97-Q-F419 DUE 122496 POC Contact: for copies of RFQ solicitations, contact the buyer, Diane KINKERBB836/804-279-4217, FAX DSCR-JBPA/804-27 9-6009, contracting officer, Kathleen Hicks/804-279-59 45. DESC: PR-NO: YPG96305000594 NSN 5995-01-016-3165, cable assembly, Lockheed aeronautical systems, CAGE 36659, P/N 1305902-101. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. destination inspection required. 4 -EA Del to Richmond VA 23297-5900 Del by 157 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011130) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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, PUSH SOL SP0930-97-Q-A104 DUE 123196 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96262000064 NSN 5930-01-063-3067, CAGE 0N7F4 Part No pe-880004 CAGE 76823 Part No 14-60980-3 CAGE 81590 Part No 478-878-6081-003 no additional data available for manufacturing purposes. 19 -EA Del to Lathrop CA 95330 Del by 04 Jan 97. See NOTES 9, 22, other than full and open competitin: part numbered item products offered clause applies. Various incremente solicited: 1 to 50 PR quantity: 19 EA delivery schedule: 120 days set-asode type: total small business set aside size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011159) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 ELEMENT SOL SPO970-97-Q-A100 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: YPE96292001345 NSN 5965-00-843-9957, CAGE 81349 Part No M-101/aic element type: dynamic freq response range in Hz: 200.0 to 6000.0 impedance: 4 to 6 ohms body style: 1 irregular shape full and open competition. Military specification item. Various increments solicited from: 4000-4999 EA; 5000-7999 EA; 7500-9999 EA; 10000-14999 EA; 15000-24999 EA; 25000 EA. PR quantity: 8934 deliver to: 8924 EA - W62G2T - Stockton CA. Delivery schedule: all quantities IN 90 days. Set aside type: unrestricted (sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011161) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--TRIPPER, CIRCUIT BREAKER SOL SP0930-97-R-A016 DUE 013097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96295001063 NSN 5925-01-222-2250, CAGE 30086 Part No ETN5327A pole quantity; 3. Maximum continuous load current rating per pole; 225.0 amps AC all locations. Operating voltage type and rating per pole in volts; 500.0 AC all locations. Frequency in Hertz; 60.0 all locations. Body style; 1D rectangular dimentional envelope. 78 -EA Del to Mechanicsburg PA 17055-0789 Del by 11 Apr 97. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 1 to 200 PR quantity: 78 EA delivery schedul: 245 days set-aside type: unrestricted (sole source/single ource) (no preference) size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011162) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--RADOME, POLARIZER SOLICIT RAYTHEON CORP, ELECTROMAGNTIC SOL SP0970-97-Q-A108 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: YPE96194000029 NSN 5985-01-157-5181, CAGE 49956 Part No 927431-1 CAGE 8N007 Part No 927431-1 1 -EA Del to see Preface to Navy address Co other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 1-9, 10-24, 25-49, 50-74. PR quantity: 1 EA. Delivery schedule: 10 EA. within 180 days.10 ea.every day thereafter. Set-aside: unrestricted (sole source/single source) (N0 preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011175) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-97-Q-A105 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: YPE96200000300 NSN 5930-00-719-5682, CAGE 09049 Part No 42D46 CAGE 98505 Part No 12223-1 CAGE 98897 Part No 3P91000-101 style designator 27 cylindrical; nonpile-up contact arrangement 1 pole, single throw, normally closed, momentary; contact voltage rating in volts 28.0 DC at sea level single voltage; contact load current rating 15.0 amperes resistive load single voltage. 57 -EA Del to Lathrop CA 95330 Del by 22 Feb 97. 57 -EA Del to Mechanicsburg PA 17055-0789 Del by 22 Feb 97. Other than full and open competition: part numbered item products offered clause applies. Solicited various increments from: 110 to 249 PR qty: 114 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-347 SN011176) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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, SENSITIVE SOL SP0930-97-Q-A103 DUE 123196 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96260000112 NSN 5930-00-857-5056, CAGE 04236 Part No ST26068 CAGE 04236 Part No ST26068-1 CAGE 31361 Part No 1715-133 CAGE 70040 Part No 7854888 CAGE 91929 Part No 1HS103 CAGE 91929 Part No 7854888 switch contact arrangement 1 pole, double throw, one position momentary single switch unit; maximum DC voltage rating in volts 28.0; contact load current rating at maximum DC voltage rating 15.0 amperes resistive. 270 - EA Del to Mechanicsburg PA 17055-0789 Del by 09 Nov 96. 270 -EA Del to Lathrop CA 95330 Del by 09 Nov 96. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 1 to 1000 PR quantity: 540 EA delivery schedule: 180 days set-aside type: total small business set-aside size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011177) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SPO970-97-R-A027 DUE 122696 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: YPE96320001444 NSN: 5985-01-335-6587 Lockheed (94117) P/N: 5813226G3 NOTE: for copy of solicitation, contact buyer: edwina Merrick dscc-ccaa (614) 692-8506 FAX: (614) 692-6920/21 other than full and open competition. Part numbered item. Products offered clause applies. Various increments solicited from: 10-24 EA; 25-50 EA. PR quantity: 33 EA. Deliver to: 33 EA - W62G2T - Stockton CA. Delivery schedule: 33 each within 300 days. Set aside type: unrestricted (sole source/single source)(no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011178) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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-A102 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: YPE96327000426 NSN 5930-00-259-7161, CAGE 05587 Part No 26-408329-01 CAGE 58475 Part No SYM801.3 CAGE 86796 Part No SYM801.3 CAGE 88829 Part No 801.1MOD style designator, 9 tap, circular, bushing Mount; pole quantity, 1 EA section front; throw quantity, 1 EA section front; contact voltage rating in volts, 120.0 AC at sea level; contact load current rating, 10.0 amps resistive load AC at sea level 352 -EA Del to (Call contracting office) Del by 26 Nov 96. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 353 to 450 PR quantity: 352 EA delivery schedule: 60 days set-aside type: total small busine set side size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011181) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A039 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5375-96 (MA) NSN 5999-01-165-6531, Army P/N 1D51241-1. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 10, known quantity of 23, and a maximum quantity of 35. Destinations to be furnished. Plus options for base year and two program years. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to McDonnell Douglas Corporation, Defense and Electronics Systems, 5301 Bolsa Ave., Huntington Beach, CA 92647. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-165-6531, Awd Date 062095, Qty 11, Unit Price $5,149.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualifications for future buys in accordance with MMICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-347 SN011225) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 59--CAPACITOR DUE 011697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 5910-00-866-7513RV P/N: 75146, Dim: W 2 5/8 in, d 2 7/16 in, h 3 in; Matl: Spec no. 1379. Function: to store and hold an electrical charge until time for release to igniter. 81EA. Applicable to: Tf33/7/7a/100a. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 MAY 97 81 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 16 Dec 96. The anticipated award date will be 14 FEB 97. Written procedure will be used for this solicitation. To: Transaero Inc, Woodbury Ny 11797-2015. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011297) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--DIPLEXER SOL FD2040-96-27526 DUE 011397 POC For copy, Ludeke.3fh/Pklra/[916]643-0569, For additional information contact Ludeke.3fh/Pklra/[916]643-0569 DESC: Item 0001 NSN 5985-01-327-1308FD P/N: L5520-4, LI 0001A IS FOR DATA IAW WITH DD FORM 1423 11EA. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31 MAR 97 11 ea ONLY FAXED REQUESTS WILL BE ANSWERED. THIS IS A SELECTED SOURCE FROM PREVIOUS SUPPLIER. DATA IS BEING PROCURED AS WELL. The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 17 JAN 97. Oral procedure will be used for this solicitation. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) A. CITE: (I-347 SN011386) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--BRST IDENT GEN SOL F04606-97-Q-25318 DUE 012797 POC For copy, contact the info office indicated., For additional information contact Peck.3hc/Pklrb/[916]643-0579 DESC: Item 0001 NSN 5998-01-357-6635ZK P/N: 105380G1, The Air Force intentends to have the original engineering manufacturer (Cardion) perform all engineering necessary to design, develop and test a prototype solution and provide all documentation necessary to implement the solution to enable the AN/FRN-45 tactical air navigation system to be compatible with modern airborne digital interrogators. This effort is to be in accordance with Contractual Engineering Task SM-ALC/LHZ 96-006 and Cardion Engineering Change Proposal E007-0043. 1ea. Applicable to: An/Frn-43,-44,-45. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 01 May 97 1 ea The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Cardion Inc, Woodbury Ny 11797-2925. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 26. CITE: (I-347 SN011391) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 59--CAPACITOR & RAIL ASSY SOL F34601-97-Q-52934 DUE 012397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Curtis K. Jackson/Lpdpa/[405]739-5504 DESC: Item 0001 NSN 5910-00-866-7512RV P/N: 75147, Dim: Rectangular shaped 4.928 in x 2.750 in material spec No 1379, 6 ea mounting places for 8-32 NC screws. One capacitor has 3 ea outlet terminals. Func: Used in the ignition exciter. Matl: Assy of parts. 35ea. Applicable to: Tf33/7/100; C141/E3a. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 APR 97 35 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 23 Dec 96. The anticipated award date will be 03 MAR 97. Written procedure will be used for this solicitation. To: Transaero Inc, Woodbury Ny 11797-2015. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-347 SN011401) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 59--CIRCUIT CARD ASSY BDA6 SOL F41608-96-R-31992 DUE 012397 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Gomez, Joyce A./ldkaa/[210]925-8461 DESC: Item 0001 NSN 5998-01-036-3297YA P/N: 629-0206-001, Main circuit card, frequency output & modulation signals, size & dimen- sions: 11.4" x 4.45" x 0.49", predominant material: electronic components. 32EA. Applicable to: Common Support. Destn: Kelly Afb, Texas 78241-5947. Delivery: 28 FEB 97 32 ea No government drawings or specifications available. The approximate issue/response date will be 23 Dec 96. To: Rockwell International Corp, Cedar Rapids Ia 52402-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22. CITE: (I-347 SN011412) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL F41608-97-R-0074 DUE 012397 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Mcconnell, J./ldkac/[210]925-4651 DESC: Item 0001 NSN 5998-01-422-9638DQ P/N: 502907, SIZE/DIMENSIONS: 12"L X 2.4"H X 6.6"W FORM/FIT/FUNCTION: A PWM VOLTAGE MODE CONTROLLED INVERTER THAT TRANSFORMS THE + AND - 200 VOC TO 26V AT 800 HZ. THIS CCA IS PART OF THE FREQUENCY CHANGER P/N 2215111-006 OF THE IAIS. PREDOMINANT MATERIAL: ELECTRONIC COMPONENTS 6EA. Applicable to: F16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 6 ea Item 0002 NSN 5998-01-423-0359DQ Electronic Component P/N: 503577, SIZE: 12"L X 2.5'H X 6.6"W FUNCTION: MODULE ASSEMBLY ARE PWM CONTROLLED HALF-WAVE BRIDGE CONVERTERS THAT TRANSFORMS THE OUTPUT OF THE + AND - 200 VDC CAPACITOR BANK TO 115V, 400HZ, THREE-PHASE POWER MODULE ASSY IS PART OF FREQUENCY CHANGER P/N 2215111-006 WHICH IS INSTALLED IN IAIS TEST SET. MATERIAL: ELECTRONIC COMPONENTS 6EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 6 ea Item 0003 NSN 5998-01-423-0348DQ Electronic Component P/N: 503035, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION: DC/AC MODULE IS A BOOST CONVERTER SWITCHING AT 30 KHZ AND HAS POWER CORRECTION FACILITY THAT INSURES THE INPUT CURRECT IS IN PHASE WITH THE INPUT WOLTAGE OF THE FREQUENCY CHANGER P/N 2215111-006. MATERIAL: ELECTRONIC COMPONENTS 6EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 6 ea Item 0004 NSN 5998-01-423-2617DQ Circuit Card Assembly P/N: 502059, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION: THE DC MODULE IS A CURRENT MODE CONTROLLED CONVERTER THAT TRANSFORMS THE + 400 VOC INPUT TO AN ISOLATED + AND - 200 VOC CAPACITOR BANK. THIS CCA IS PART OF THE FREQUENCY CHANGER P/N 2215111-006 OF THE IAIS MATERIAL: ELECTRONIC COMPONENTS 6EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 6 ea Item 0005 NSN 5998-01-423-2618DQ Circuit Card Assembly P/N: 502577, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION: CCA CONTAINS INDUCTOR CAPACITOR FILTERS WHOSE FUNCTION IS TO MINIMIZE HIGH-FREQUENCY NOISE IN THE FREQUENCY CHANGER P/N 2215111-006 WHICH IS PART OF THE IAIS TEST SET. MATERIAL: ELECTRONIC COMPONENTS 3EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 3 ea Item 0006 NSN 5998-01-423-2619DQ Circuit Card Assembly P/N: 502021, SIZE: 12"L X 2.4"H X 6.6"W FUNCTION: CCA CONTAINS A SINGLE - -PHASE INDUCTOR- CAPACITOR FILTER CONSISTING OF TWO INDUCTORS AND TWO CAPACITORS WHOSE MAIN FUNCTION IS TO MINIMIZE THE DIFFERENTIAL HIGH FREQUENCY NOISE CARRED BACK INTO THE AC SUPPLY LINE OF THE FREQUENCY CHANGER P/N 2215111-006 MATERIAL: ELECTRONIC COMPONENTS 3EA. Applicable to: F 16 Iais. Destn: FMS DESTINATIONS. Delivery: 31 DEC 97 3 ea There are 1 additional items(s) in FSC(s) 014232610 The approximate issue/response date will be 23 Dec 96. To: Transistor Devices Inc, Cedar Knolls Nj 07927-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note (s) 26,22. CITE: (I-347 SN011415) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 59--OSCILLATOR, NONCRYST SOL F42630-97-Q-03111 DUE 011497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 5955-01-434-7016NM P/N: 2693441-1, This item is a oscillator, noncrystal for a circuit card for the PWII computer control group MAU-169. 180ea. Applicable to: Circuit Card. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Jan 97 180 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) ALL The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. To: Q/Tech Corp, Los Angeles CA. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This part must be acquired from a manufacturing sources(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. See Note (s) 26. CITE: (I-347 SN011433) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 59--ELECTRICAL EXTRACTOR SET SOL F41608-97-36541 DUE 012797 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Bond, Anthony,Capt/Ldkac/[210]925-6534 DESC: Item 0001 NSN 5998-01-278-6449DQ P/N: 16U90621-801, 14EA. Destn: Kelly Afb, Texas 78241-5947. Delivery: 31 MAR 97 4 ea 30 SEP 97 10 ea The approximate issue/response date will be 26 Dec 96. To: Lockheed Martin Corporation, Fort Worth Tx 76101-0748. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-347 SN011594) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 59--FLAME DETECTOR SOL F41608-97-R-16079 DUE 020697 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Ortiz, F./ldkte/[210]925-8975 DESC: Item 0001 NSN 5980-01-009-0397LH P/N: 7720060-101, P/N 30-207-13A Size: Approx 5" long and 1.5" diameter. Pred Matl: Electronics Function: Detects fire conditions Delivery: 31 Aug 97, Destination: FB2059 FAX: 210-925-1059 36EA. Applicable to: C5a Acft-Qpa2. Destn: Kelly Afb, Texas 78241-6426. Delivery: 29 AUG 97 36 EA GOVERNMENT FURNISHED DRAWINGS AND SPECIFICATIONS ARE NOT AVAILABLE. The approximate issue/response date will be 06 Jan 97. The anticipated award date will be 31 MAR 97. Written procedure will be used for this solicitation. To: Kidde Technologies Inc, Wilson Nc 27893-9643. To: Parker-Hannifin Corp, Irvine Ca 92713-1011. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 33,73. CITE: (I-347 SN011615) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL F41608-97-R-36537 DUE 021497 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Blackshere, B./ldkac/[210]925-4651 DESC: Item 0001 NSN 5998-01-372-6653DQ P/N: 2215195-003, Dimensions: 15" x 7" x 1" Materials: Electronic components Function: CCA IS PART OF INTERFACE UNIT ASSY P/N: 2215080-005. CCA PROVIDES 60 PROGRAMMABLE DISCRETE OUTPUTS SUCH AS +28VDC, GROUND, OPEN, OR EXTERNALLY APPLIED VOLTAGE TO UUT. ALL OUTPUTS ARE PROTECTED AGAINST SHORT CIRCUITS AND CURRENT OVERLOADS. 2EA. Applicable to: F-16 Ais. Destn: FOREIGN MILITARY SALES. Delivery: 30 JUN 97 2 EA Item 0002 NSN 5998-01-372-6653DQ Circuit Card Assembly P/N: 2215195-003, Dimensions: 15" x 7" x 1" Materials: Electronic components Function: CCA IS PART OF INTERFACE UNIT ASSY P/N: 2215080-005. CCA PROVIDES 60 PROGRAMMABLE DISCRETE OUTPUTS SUCH AS +28VDC, GROUND, OPEN, OR EXTERNALLY APPLIED VOLTAGE TO UUT. ALL OUTPUTS ARE PROTECTED AGAINST SHORT CIRCUITS AND CURRENT OVERLOADS. 3EA. Applicable to: F-16 Ais. Destn: FOREIGN MILITARY SALES. Delivery: 30 JUN 97 3 EA Government furnished drawings and specifications are not available. The approximate issue/response date will be 15 JAN 97. To: Gde Systems Inc, San Diego Ca 92150-9009. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation will contain the Blue Ribbon Program (BRP) solicitation provisions. Under the BRP, price and designation as a Blue Ribbon Contractor in the appropriate Federal Stock Class will be evaluated and considered in the contract award decision. If an offer is not received from a BRC and none of the participating offerors is designated as a BRC prior to contract award, award will be made to the offeror who meets the minimum requirements of the solicitation, offers the lowest evaluated price and is determined to be responsible. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note (s) 26. CITE: (I-347 SN011616) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--DIPLEXER SOL F42620-97-Q-22166 DUE 012197 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Tsgt Burt Petkus/Lfke/[801]775-4013 DESC: Item 0001 NSN 5985-01-334-0952WF P/N: 587R358H03, P/N X470-237, This F16 filter diplexer is part of the AN/APG 66 radar. Dim: 18" x 4" x 4" Material: aluminum 9ea. Applicable to: F-16. Destn: Hill Air Force Base, Ut 84056-5820. Delivery: 30 Nov 98 9 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 31 Dec 97. The anticipated award date will be 21 Jan 97. Written procedure will be used for this solicitation. To: Microwave Engineering Corporation, North Andover Ma 01845 1041. To: Westinghouse Electric Corp/Ilsd, Baltimore Md 21203-0746. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This part required engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. CITE: (I-347 SN011630) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 59--POWER AMPLIFIER SOL F42650-97-R-0029 DUE 010797 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Debbie Sparks/Pkoc/[801]777-4299 DESC: Solicitation number F4265097R0029; This solicitation is issued as a Request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-36. The standard industrial classification code is 3761; and the small business size standard is 500. This solicitation is not set aside for small business. Clin 0001; Item 5999PDMA4824; Qty 0001; U/I EA; Power Amplifier to include manuals. Mfg: Ling Electronics PN: dma 48-24. Clin 0002; Item 5999PINSTALL; Qty 0001; U/I EA; Installation and Testing. Date of delivery 14 days ARO; Place of delivery OOALC/LMSMB, 6055 DOGWOOD AVE BLDG 1265, RON PIERCE, HILL AFB UT 84056-5817 ; Acceptance Dest; FOB Dest Clause 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Clause 52.212-2, Evaluation - Commercial Items does not apply to this acquisition. Offerors must include completed copies of the clauses 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items with your offer. For copy contact Debbie Sparks (801)777-4299. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR commodity clauses cited in the clause are applicable to the acquisition: 52.203-6; 52.203-10; 52.219-08; 52.222-26; 52.222-35; 52.222-37; 52.225-18. Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFAR clauses cited in the clause are applicable to the acquisition: 252.225-7012; 252.233-700. The Defense Priorities and Allocations System (DPAS) applies to this acquisition. The DO Rating is C9E. The date 07 JAN 97, time 2:00 P.M. MST, offers are due at the Directorate of Contracting/OO-ALC/PKOC Debbie Sparks, 6038 Aspen Ave, Bldg 1289NE, Hill AFB, UT 84056-5805. For information regarding this acquisition, please contact Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899. Automated statements regarding availability of written solicitations do not apply to this acquisition. The approximate issue/response date will be 16 Dec 96. To: Ling Electronics, Anaheim CA 92806. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-347 SN011669) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--AMPLIFIER, RADIO SET SOL F04606-97-Q-25141 DUE 013197 POC For copy, contact the info office indicated., For additional information contact Webster.0lw/Pklcb/[916]643-3229 DESC: Item 0001 NSN 5996-01-099-2841 P/N: 623-4735-002, RADIO SET AMPLIFIER, APPLICABLE TO THE AN/GRC-211. QUANTITY OF 4 EA. 4EA. Applicable to: An/Grc-211. Destn: DTH004, THAILAND. Delivery: 26 JUN 98 4 ea ONLY ONE RESPONSIBLE SOURCE. NO DATA IS AVAILABLE. The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Rockwell International Corp, Cedar Rapids Ia 52498-0001. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 23, 25. CITE: (I-347 SN011673) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--6.6 GHZ OSCILLATOR SOL F04606-97-Q-42054 DUE 012797 POC For copy, contact the info office indicated., For additional information contact Blood.0lc/Pklc/[916]643-6379 DESC: Item 0001 NSN 5955-01-421-0896ZX P/N: EMF 624008, repair 23ea. Applicable to: Sctis. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Apr 97 23 ea Repair of AN/FSC-97 communication equipment. The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 14 Mar 97. Written procedure will be used for this solicitation. To: Emf Systems Inc, State College Pa 16803 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-347 SN011674) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL F04606-97-Q-42055 DUE 012797 POC For copy, contact the info office indicated., For additional information contact Blood.0lc/Pklc/[916]643-6379 DESC: Item 0001 NSN 5998-01-377-8680ZX P/N: 021-132650-01, repair 3ea. Applicable to: Sctis. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Apr 97 3 ea Item 0002 NSN 5999-01-234-8849SS Circuit Card Assembly P/N: 021-101895-01, repair 4ea. Applicable to: Sctis. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Apr 97 4 ea Repair of AN/FSC-97 communication equipment. The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 14 Mar 97. Written procedure will be used for this solicitation. To: Stanford Telecommunications Inc, Sunnyvale Ca 94089-1117. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-347 SN011675) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59-- RELAY ASSEMBLY SOL F04606-97-R-41012 DUE 012797 POC For copy, contact the info office indicated., For additional information contact Zeltvay.5an/Pkljc/[916]643-0503 DESC: Item 0001 NSN 5945-01-174-5729 P/N: 9002D01-4 OR -5, Establishment of a two year requirements repair contract for relay assembly Appl to B1B Aircraft. Product must conform to Westinghouse design control Dwg 9002D01-4. Best estimated quantity 60 each. Ship to : FB2049, McClellan AFB CA 95652. Delivery 30 days ARO or items whichever is later. To be issued to Airtronics Inc, Tucson AZ and Sundstrand Corp, Lima OH. 60ea. Applicable to: B-1b. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97 30 ea No data to compete. Request for copies of the solicitation can be sent to the attention of Nancy Zeltvay/FAX 916-643-6767 The approximate issue/response date will be 26 Dec 96. To: Airtronics Inc, Tucson Az 85713 5304. To: Sundstrand Aerospace, Rockford Il 61125-7002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-347 SN011676) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--CIRCUIT CARD ASSY SOL F04606-97-R-41025 DUE 012797 POC For copy, Higgins.3hh/Pklrb/[916]643-0574, For additional information contact Higgins.3hh/Pklrb/[916]643-0574 DESC: Item 0001 NSN 5999-01-248-3595ZE P/N: 70-2681, Repair of 88 each circuit card assemblies. No data is available. 88EA. Applicable to: 433l System. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 15 May 97 88 ea Item 0002 NSN 5999-01-248-3593ZE Circuit Card Assy P/N: 70-20105, Repair of 5 each circuit card assemblies. No data is available. 5EA. Applicable to: 433l_system. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 15 May 97 5 ea No data is available. Requirement is for repair of 2 different circuit card assemblies used on the CT12k systems. The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 03 Mar 97. Oral procedure will be used for this solicitation. To: Vaisala Inc, Woburn Ma 01801-1068. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 days) after the date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note (s) 26. CITE: (I-347 SN011677) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--RADIO FREQUENCY AMPLIFIER SOL F04606-97-R-42067 DUE 012797 POC For copy, Higgins.3hh/Pklrb/[916]643-0574, For additional information contact Higgins.3hh/Pklrb/[916]643-0574 DESC: Item 0001 NSN 5996-01-315-5140ZW P/N: 41536-101, Repair of radio frequency amplifiers. No data is available. 5EA. Applicable to: An/Mst-T1v. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 01 Jul 97 5 ea Item 0002 NSN 5996-01-315-4023ZW Electronic Amplifier P/N: 41535, Repair of 4 each electronic amplifiers. No data is available. 4EA. Applicable to: An/Mst-T1v. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 01 Jul 97 4 ea No data is available. Requirement is for repair of 5 each radio frequency amplifiers and 5 each electronic amplifiers The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 03 Mar 97. Oral procedure will be used for this solicitation. To: Performance Controls Co, Horsham Pa 19044 0000. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 days) after the date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note (s) 26. CITE: (I-347 SN011678) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 -- ULTRA-BROAD BAND LINEAR POWER AMPLIFIERS SOL N00421-97-R-1076 DUE 021997 POC Tom Stann, Contract Specialist, 301-342-1825 x152; Rebecca J. Wathen, Contracting Officer, 301-342-1825 x133. DESC: Ultra-broad band linear power amplifiers from 1 Mhz to 1000 Mhz capable of 100 watts minimum at 0 dBm RF input (max.). Other requirements will be included in the solicitation. An indefinite delivery/indefinite quantity fixed price contract with a base year and four option years is anticipated. Total estimated quantity is 50 each over the five year period. Award will be made on a best value basis. FOB destination Patuxent River, MD. Required delivery will vary from 30 days to 120 days and will be delineated in the solicitation. Requests for copies of the solicitation are to be in writing addressed to the issuing office or submitted via facsimile to (301) 342-1864 to the attention of Tom Stann (code 25521L). All responsible sources may submit a proposal which shall be considered by the agency. See Numbered Note(s): 26 CITE: (I-347 SN011703) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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-R-0364 DUE 011397 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. Co ntact Ellen Steinmetz/804-279-3275; c.o.- Lynn mccormic K DESC: PR-NO: YPG96317000887 NSN 6150-01-123-7278, - solicitation SP0451-97-R-0364 is cancelled in its entirety. CITE: (I-346 SN011114) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--WIRING HARNESS, BRANCHED, ELECTRICAL SOL SP0451-97-Q-H564 DUE 012397 POC Contact: for copies of RFQ under sap (available at least 15 days from announcement) phone, FAX or write Attn: DSC r-jbpc, James Davis/BG532, Contract Specialist, 804279 3780 or FAX 8042796095. Mr. J. R. West/contracting off icer/8042793780. DESC: PR-NO: YPG96327000575 NSN 6150-00-884-2070, Gull Inc, CAGE 26055, P/N 080-001-005 or Simmonds precision products, CAGE 89305, P/N 185104-5. critial application item. Specifications, plans or drawings relating to the procurements described are not available and cannot be furnished by the government; therefore, offerors must provide the complete technical data packages of both the approved and alternate part for evaluation. 110 -EA to Mechanicsburg PA 17055; delivery 90 days ARO. 271 -EA to Tracy CA 95376; delivery 90 days ARO. Clauses F15 (52.211-9G47) dri and M4A (52.211-9G65) eval of dri apply.the final contract award decision may be based upon a combination of evaluation factors including past performance, schedule compliance, price and other evaluation factors as described in the RFQ. Anticipated date of award - 02/10/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-346 SN011120) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 SP0410-94-R-3572 DUE 011697 POC Contact: contact: Tracy S. tingley, contracting officer (AC 804279-5426); FAX AC804-279-4358. DESC: PR-NO: YPG96347 option to extend term of contract - 39 months (total). Delivery schedule 30 days. Duration of contract period: 3 months remaining in current option year. Other than full and open. See NOTES 22, 12, 9, & 23. First article test required. Qualifying activity: ustacom, Warren, MI. See below the synopsis description. Defense Supply Center Richmond, 8000 Jefferson Davis Hwy, Richmond, VA 23297. 61 - vehicular Battery consignment program/SP041095D0002 Exide corporation vehicular Battery contract. DSCR intends to modify the existing vbcp contract to add the states of Alaska and Hawaii to the current CONUS performance area. The existing 5-YEAR requirements type contract provides for contractor supply of three vehicular Battery types with related contractor inventory consignment and disposal services within the 48 continental United States. Battery descriptions: 1) NSN 6140-01-051-4900 Battery, storage; lead acid IAW MIL spec MIL-B-62346C(at) 10 Dec 90 type designation-6tl P/N MS52149-2 qpl-62346 applies 2) NSN 6140-01-390-1969 Battery, storage; lead acid IAW MIL spec MIL-B-11188G 3 Jan 93 type designation-2hn P/N M11188/1-B12V first article test required 3) NSN 6140-01-390-1968 Battery, storage; lead-acid IAW MIL spec MIL-B-11188G 3 Jan 93 type designation - 4HN P/N M11188/2-B-24V first article test required fully charge and wet batteries to be delivered FOB Alaska and Hawaii destinations. Contractor material management system to include, but not limited to, inventory management and government ordering/payment procedures to utilize compatible electronic data interchange (EDI) systems. Letters of interest must be submitted by the closing date of this notice which is 30 days after publication. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011131) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 61--POWER SUPPLY ASS DWG REV:N/C SOL F04606-97-Q-25116 DUE 012797 POC For copy, contact the info office indicated., For additional information contact Zimmerman.3fz/Pklra/[916]643-0569 DESC: Item 0001 NSN 6130-01-317-9730ZW P/N: 3D55690G01, POWER SUPPLY ASSEMBLY NHA: AN/T PS-63 1EA. Applicable to: An/Tps 43 System. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 03 Nov 97 1 ea The Government does not have data for competition. The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Westinghouse Elec Corp, Baltimore Md 21203-0746. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011390) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 61--GENERATOR SOL F04606-97-Q-50057 DUE 013097 POC For copy, contact the info office indicated., For additional information contact Kleitsch.5ae/Pkljc/[916]643-0517 DESC: Item 0001 NSN 6115-00-856-0791 P/N: 903J935-4 REV N, 7ea. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31 DEC 97 7 ea NO DATA AVAILABLE The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Sundstrand Aerospace Corporation, Lima Oh 45804-0000. To: Westinghouse Electric Corp, Pittsburgh Pa 15235-5068. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 days) after the date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note (s) CBD NOTES 26. CITE: (I-347 SN011511) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 61--GENERATOR CONTROL UNIT, EXTERNAL SOL F04606-97-Q-50136 DUE 013097 POC For copy, contact the info office indicated., For additional information contact Kleitsch.5ae/Pkljc/[916]643-0517 DESC: Item 0001 NSN 6110-01-232-2998 P/N: 51517-451, 3ea. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 28 NOV 97 3 ea NO DATA AVAILABLE The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Lucas Aerospace Power, Aurora Oh 44202 8026. To: Mc Donnell Douglas Corp, Saint Louis Mo 63166-0516. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 days) after the date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note (s) NOTES 26. CITE: (I-347 SN011512) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 61--CONTROL POWER SUPPLY SOL F41608-97-R-0078 DUE 122696 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 6130-01-358-7700YP P/N: 17B1D4701-1, P/N 2118608-2 P/N: 2118608-3-1, Size: Approx. 6" X 6" Function: Supplies Pover to the Forward ACFT Fuselage Electrical Equipment Material: Electrical Delivery: 31 Jul 97 2EA. Applicable to: C-17 Aircraft. Destn: Robins AFB, GA. 31098. Delivery: 31 Jul 97 2 EA Government Furnished Specifications, Blue Prints, Bid-Sets, and/or data are are not available The approximate issue/response date will be 12 Dec 96. The anticipated award date will be 31 Jan 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. To: Alliedsignal Inc, Tempe Az 85740-8001. To: Allied Signal Inc., Tempe Az 85285 2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-347 SN011606) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 61--POWER DISTRIBUTION UNIT SOL F09650-96-T-9726 DUE 021097 POC For copy, WR-ALC/PKOC, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 DESC: Item 0001 NSN 6130-P9-382-632067 P/N: N/A, Desc: Unit, power distribution; an integrated device which provides isolation, distribution, control and monitoring of AC power and shall properly interface the Bldg's AC power source with sensitive electronic loads. A separate written RFQ will not be issued - this synopsis anouncement serves as the request for quotation. For additional information contact Sharon Broughton, PKOCA, 912-926-5151. 7ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 7 ea FAX 912-926-3569 The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011624) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 61--CONVERTER UNIT SOL F09650-97-R-0105 DUE 021097 POC For copy, WR-ALC/PKOC, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 DESC: Item 0001 NSN 6130-P9-382-162067 P/N: N/A, Desc: Converter Unit, Solid State Frequency. Full Pt. Number is: PC060-V- 40-VN-12P-P. 4ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 4 ea Fax number: 912-926-3569. The approximate issue/response date will be 10 Jan 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011626) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 61--ROTOR, GENERATOR SOL F04606-97-50065 DUE 012797 POC For copy, contact the info office indicated., For additional information contact Mcpherson.5am/Pkljc/[916]643-0521 DESC: Item 0001 NSN 6115-01-121-6975 P/N: 948F090-1, Rotor, generator; shaft driven; 4.4990 inches min and 4.5010 inches maximum. End item application: e3a awacs aircraft 5EA. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31 DEC 97 5 ea The approximate issue/response date will be 26 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Sundstrand Aerospace, Rockford Il 61125-7002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-347 SN011671) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 62--LAN UPGRADE TO 486 SYSTEM SOL F04699-96-Q-3068 DUE 123096 POC For copy, contact the info office indicated., For additional information contact Dodson.K8e/Pkocc/[916]643-3797 DESC: Item 0001 NSN 6210- - - Please read the following supplies for this order - all or none and No substituitions - F04699-96-Q3068, due 12-30-96, contact wayne dobson at 916-643-3797 or fax submission to 916-643-4157. This PR is for the following Deskside Data Storage Subsystem, PN: 6210-2000-6651, Qty 3; 3201 SE RAID Controller, PN: 6210-F050-0000, Qty 3; 32MB cache for 3201, PN: 6210-f102-0000 , Qty 3; 4.2GB disk in canister for total capacity of 4.2GB, PN:6210-F205-0000 , Qty 30; DOS Raid Manager 2.03, PN: 6210-F919-0000, Qty 3; SL PCI Host Adapter SE, PN: 6299-K953-VMET, Qty 3; 68-50 SCSI cable 1.5M, PN: 1415-C076- 0015, Qty 3. This is a all or none - and no RFQ is anticipated at this time. ea. Applicable to: Lan Upgrade. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 15 JAN 97 All or None - No RFQ is anticipated at this time The approximate issue/response date will be 04 Dec 96. The anticipated award date will be 07 Jan 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) No oral submissions accepted. CITE: (I-347 SN011680) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: USDA, Food Safety and Inspection Service, ASD, PCS, Room 2161 South Building, 1400 Independence Avenue SW, Washington, DC 20250-3700 SUBJECT: 65 -- SIFT TEST KITS SOL FSIS-2-W-97 DUE 010797 POC Contact Point, Claudia Andrews, (202) 720-9891 DESC: The U.S. Department of Agriculture's Food Safety and Inspection Service (FSIS) is responsible for the testing of whole, raw meat and poultry tissues and products to verify species composition in slaughter and processing plants. FSIS has developed a series of Species Identification Field Tests (SIFT), as preliminary screen tests, that could be easily performed in plants by inspectors. Tissues found to contain violative species by the initial screen test results are then subjected to final confirmation using specific SIFT test for beef, pork, poultry and sheep. The basis of each of these four SIFT test is a serological immunodiffusion identification system using prepared antigen and specific antibody as stabilized filter paper reagent discs applied to a prepared agar diffusion plate containing a positioning template. Each species test system is formatted into a complete kit containing all necessary reagent components in a stabilized condition to allow relatively long shelf life when kept under refrigerated storage. FSIS has a requirement for the development of the reagents for the production of the complete test kits. The period of performance for the contract will be one year with four additional one year option periods. Solicitation packages will be available on or about December 18, 1996. All request for the solicitation package shall be in writing. Telephone request will not be accepted. Request may be faxed to 202-690-1814. All responsible sources may submit a proposal which will be considered by the Agency. CITE: (I-346 SN011070) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--INFLUENZA VIRUS VACCINE USP SOL SPO200-97-R-1002 DUE 012697 POC Contact: receptionist 215-737-3100 DESC: See NOTE: # 9 and # 12 various NSNS, 6505-01-437-3600, 3950, and 3955, 50 dose whole/split: 27,000 VI/10 dose split: 39,200 VI/10 dose whole/split: 157,000 VI, U/I vial, Del. to various destns, 30 day rfp-issued O/A 12/26/96, sched Del per bng 1 Sep 97 and ending 1 Oct 97, unrest. Acq. with eval pref for SDB concerns, POC: Proc. Agnt, Anna Podlas, on (215) 737-5768, or KO, Mary E. Lee, on (215) 737-7896, all materials used in fabrication are to be furnished by the successful bidder(S). Approx. Bid opening dte is 012697. This is only an EST. dte. All responsible sources may submit a proposal which shall be considered by the agency. Solicitation requests may be transmitted via: facsimile # (215)737-4540, Attn: bid officer all responsible sources may submit offer which DPSC shall consider. CITE: (I-347 SN011157) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--OTOSCOPE AND OPHTHALMOSCOPE SET, BATTERY TYPE WITH OPEN-HEAD OTOSCOPE SOL SPO200-97-R-4002 DUE 012697 POC Contact: receptionist 215-737-3100 DESC: PR-NO: YPM96300000001 NSN 6515-00-550-7199, @OTOSCOPE head type open @III intermediate package quantity 1 @III exterior container quantity 24 @III unit of issue weight 2.21 pounds @III exterior container weight 52.00 pounds @III unit of issue cube 0.188 cubic feet 853 -SE Del to Mechanicsburg PA 17055-0789 Del by 04 Mar 97. 359 -SE Del to Tracy CA 95376-5000 Del by 04 Mar 97. 1,205 -SE Del to Ogden UT 84407-5701 Del by 04 Mar 97. See NOTE: #9 total qty 2417 SE, U/I SE, Del. to DD Mech, PA and DD Tracy, CA, CID A-A-54043A, DTD 7-29-91 sched Del per ending 60 days ADA, unrest.acq., POC: Proc. Agnt, Kathy Scavillo, on (215) 737-7729, or KO, Michael McKeown, on (215) 737-7230, 30 day rfpissued O/A 122696, all materials used in in fabrication are to be furnished by the successful bidder(S). Approx. bid opening dte is 012697. This is only an EST. dte. All responsible sources may submit a proposal which shall be considered by the agency. Solicitation requests may be transmitted via: facsimile # (215)-737-0144, all responsible sources may submit a proposal which shall be considered by the agency. All responsible sources may submit offer which DPSC shall consider. CITE: (I-347 SN011158) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis, TN 38104-2193 SUBJECT: 65 -- CATHETER AND NEEDLE UNIT SOL IFB 614-56-97 DUE 011697 POC Patricia D. Gray, Contract Specialist Phone No. 901-577-7341 Fax No. 901-577-7242 DESC: This is a yearly requirements-type contract for catheter and needle unit, IV, sterile, individual package, disposable (Insyte Autoguard Shielded I.V. Catheter). Consists of 20 gauge, 2.54 cm (l inch) long needle. Radiopaque vialon catheter with luer lock adapter, color coded green (50/pg; 4 pg/cs). Becton-Dickinson # 38-17420-1 or equal. Anticipated usage is 200 cases per year. Bid issue date is o/a 12/30/96 and bid opening date is o/a 1/16/97. All requests must be in writing. SIC is 8999. CITE: (I-347 SN011234) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis, TN 38104-2193 SUBJECT: 65 -- CATHETER AND NEEDLE UNIT SOL IFB 614-56-97 DUE 011697 POC Patricia D. Gray, Contract Specialist Phone No. 901-577-7341 Fax No. 901-577-7242 DESC: This is a yearly requirements-type contract for catheter and needle unit, IV, sterile, individual package, disposable (Insyte Autoguard sterile, individual paShielded I.V. Catheter). Consists of 20 gauge, 2.54 cm (l inch) long needle. Radiopaque vialon catheter with luer lock adapter, color coded green (50/pg; 4 pg/cs). Becton-Dickinson # 38-17420-1 or equal. Anticipated usage is 200 cases per year. Bid issue date is o/a 12/30/96 and bid opening date is o/a 1/16/97. All requests must be in writing. This is 100% SBSA. SIC is 8999. CITE: (I-347 SN011238) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential Sources Sought OFFADD: Olin E. Teague Veterans' Center, 1901 South 1st Street, Temple, TX 76504 SUBJECT: 65 -- REAGENTS FOR BECKMAN INSTRUMENT'S SYNCHRON CX 7 SOL 674-97-38 DUE 123196 POC Bonnie McQuiston, Contracting Officer 817-771-4575 DESC: The Temple, TX, VA intends to award a contract for reagents and calibrators to be used on Beckman Instrument's Synchron CX 7 located at the Waco, TX, VA. This is a combined synopsis for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation 12.6, as supplemented with additional information included in this announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The standard industrial code is 2819. Pricing shall be submitted for calibrators & reagents as follows: Beckman brand or equal calibrators shall be delivered, FOB Destination, 1 ea/month from the date of award until 9/30/97 as follows: #445803 Dat Negative Urine; #445802 I Dat High Urine 1x5ml; #445807 II Dat High Urine 1x5ml; #445801 I Dat Low Urine 1x5ml; #445806 II Dat Low Urine 1x5ml; #445811 THC Urine 100ng/ml 1x5ml; #445814 THC Urine 200ng/ml 1x5ml; #450160 Wash Concentrate 1x2L. Beckman brand or equal reagents shall be delivered 5 ea/month from the date of award until 9/30/97 as follows: #445965 Dat Amphetamine; #445975 Barbiturates 1x150 test; #445980 Benzodiazepine 1x150 test; #445990 Cannabinoid (THC) 100ng 1x150 test; #445985 Cocaine Metabolite 1x150 test; #445960 Opiate 1x150 test. Offerors shall provide a completed set of provisions with proposal found at 542.212-03, Offeror Representations and Certifications--Commercial items. Provisions and clauses found at 52.212-1, 52.212-4, and 52-212-5 also apply. Proposals shall be submitted to the address listed above or faxed to 817-771-4508 and directed to the attention of Bonnie McQuiston (90C). The solicitation number 674-97-38 shall be listed on the outside of proposal envelopes. Proposals are due by 2:00 PM December 31, 1996. CITE: (I-347 SN011266) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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-T504 DUE 011497 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: YPG96310003590 NSN 6680-01-118-1687, part number: Vickers incorp., Tedeco Division, CAGE 97484, P/N PS53B. Sunstrand aviation operations, unit of Sunstrand Corp., CAGE 99167, P/N 56544-4, E/I appel: CH47D. @MATERIAL aluminum alloy @OVERALL height 0.760 inches nominal @WIDTH across flats 1.000 inches nominal @MEDIA for which designed oil @FURNISHED data liquid level @END connection type external, seat or gasket SE AL single END @THREAD series designator UNF single END @NOMINAL thread size 0.750 inches single END 1,014 -EA Del to San Diego CA 92132-5044 Del by 90 DARO. Other than full and open (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) additional remarks: this item is critical application. See synopsis guidance infomation. Buyers's FAX number is 804-745-7955. All responsible sources may submit offer which DGSC shall consider. CITE: (I-346 SN011116) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--TRANSDUCER, ULTRASONIC TEST STANDARD SOL SP0400-97-T-3042 DUE 123196 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96317000051 NSN 6635-01-333-3990, part number: G.E. engine support operations, P/N 1423M36P01. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. CICA: see AID 42 -EA Del to Richmond VA 23297-5900 Del by 240 ARO. Duration of contract period: firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as decribed in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): GE solicitations between $25,000 - $50,000 solicitation will be made: in writing all responsible sources may submit offer which DGSC shall consider. CITE: (I-346 SN011117) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--GENERATOR, SIGNAL SOL SP0920-97-Q-A087 DUE 123196 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96302001013 NSN 6625-01-289-2062, generator, Signal CAGE 19207 Part No 12363453 CAGE 47457 Part No 599602 134 -EA Del to Lathrop CA 95330 Del by 22 Dec 96. 120 -EA Del to Mechanicsburg PA 17055-0789 Del by 22 Dec 96. No drawings are available. Other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 1-100, 101-250, 251-500. PR quantity: 254 EA destinations Stockton, CA 95296-0130, Mechanicsburg, PA 17055-0789 delivery schedule 254 within 180 days set-aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-347 SN011165) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WWC), Rock Island , IL 61299-7630 SUBJECT: 66 -- DYNAMIC REFERENCE UNIT (DRU)/DYNAMIC REFERENCE UNIT HYBRID SOL DAAE20-97R0031 DUE 020397 POC Contract Specialist: Dee Ann DeWinter (309) 782-3801 PCO: Allan W. Hutson (309) 782-3220 DESC: 6605-01-334-9447, Part Number 9396270. Requirements are 40 ea Dynamic Reference Unit (DRU). 6605-01-422-0715, Part Number 12967900. Requirements are 40 ea Dynamic Reference Unit Hybrid. For use on the Modular Azimuth Position System (MAPS). FOB is Destination. Repair contract for the DRU/DRUH in support of MAPS. Estimated repair quantities are 40 each. Published for subcontracting purposes only. This proposed action is for supplies for which the government does not own specifications and drawings to permit full and open competition. Firms that recognize and can produce the required item(s) are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. Sole source for this action is Honeywell, Inc., Clearwater, FL. Interested vendors should contact prime contractor listed above. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 010397. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-7428. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. CITE: (I-347 SN011248) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 66--ACCELEROMETER TRANSMITTER DUE 011697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Ron Johnson/Lidic/[405]739-5510 DESC: Item 0001 NSN 6615-01-042-3921NT P/N: TRU 106A1, 44EA. Applicable to: C/Kc 135 Acft. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 Jan 97 10 ea 28 Feb 97 10 ea 31 Mar 97 10 ea 30 Apr 97 10 ea 30 May 97 4 ea Item 0002 NSN 6615-01-042-3921 Accelerometer Transmitter P/N: TRU 106A1, 22ea. Applicable to: C/Kc 135 Acft. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 May 97 6 ea 30 Jun 97 10 ea 31 Jul 97 6 ea Item shall be made in accordance with MIL-T-83174B(3) with changes provided as attached to solicitation. The approximate issue/response date will be 16 Dec 96. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 9, 26. CITE: (I-347 SN011284) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 66--TOXIC INDICATOR SOL W58RGZ-36-0716 DUE 020397 POC For copy, Nasif, S./ldktk/[210]925-5898, For additional information contact Nasif, S./ldktk/[210]925-5898 DESC: Item 0001 NSN 6665-00-941-6554 P/N: MILI38715, The Indicator shall detect explosive vapor or gases associated with fuel oils or gasoline, alcohol vapors, and hydrogen in mixures with air. 386ea. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 Jul 97 386 ea GOVERNMENT DRAWINGS ARE NOT AVAILABLE The approximate issue/response date will be 02 Jan 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26, 1. CITE: (I-347 SN011383) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 66--BEAM AY SOL F34601-97-R-08048 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Ron Johnson/Lidic/[405]739-5510 DESC: Item 0001 NSN 6615-01-243-7827 P/N: 478412-04, Dim: 3 inches length x 1/2 inch diamade of aluminum funct: controls Movement Of a/c in pitch, roll & Yaw nha-6615012486599 f15 a/c 8EA. Applicable to: F15 Acft. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 28 Feb 97 8 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 24 Feb 97. Written procedure will be used for this solicitation. To: Lear Astronics Corp, Santa Monica Ca 90406-0442. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011428) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 66--BEAM AY SOL F34601-97-R-08048 DUE 012497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Ron Johnson/Lidic/[405]739-5510 DESC: Item 0001 NSN 6615-01-243-7827 P/N: 478412-04, Dim: 3 inches length x 1/2 inch diamade of aluminum funct: controls Movement Of a/c in pitch, roll & Yaw nha-6615012486599 f15 a/c 8EA. Applicable to: F15 Acft. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 28 Feb 97 8 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 24 Dec 96. The anticipated award date will be 24 Feb 97. Written procedure will be used for this solicitation. To: Lear Astronics Corp, Santa Monica Ca 90406-0442. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-347 SN011472) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 66--ELECTRICAL FREQUENCY SYNTHESIZER SOL F41608-96-R-0260 DUE 012797 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Wilder, V./ldkac/[210]925-4651 DESC: Item 0001 NSN 6625-01-246-1642DQ P/N: 2231955-002, Size: 13"L x 8"W x 3"D (approximately) Pred Matl: Electronic components Function: Measures frequencies and rise times Delivery: 31 DECEMBER 1997 1EA. Applicable to: F-16 Ais. Destn: Kelly Afb, Texas 78241-5947. Delivery: 31 DEC 97 1 ea Item 0002 NSN 6625-01-246-1642DQ Electrical Frequency Synthesizer P/N: 2231955-002, Size: 13"L x 8"W x 3"D (approximately) Pred Matl: Electronic components Function: Measures frequencies and rise times Delivery: 31 DECEMBER 1997 11EA. Applicable to: F-16 Ais. Destn: Kelly Afb, Texas 78241-5947. Delivery: 31 DEC 97 11 ea THIS IS A 100% SMALL BUSINESS SET-ASIDE The approximate issue/response date will be 27 Dec 96. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note (s) 1. CITE: (I-347 SN011593) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Wr-Alc/Lrk, 750 Third St, Robins Air Force Base Ga 31098-2122 SUBJECT: 66--TEST SET, RADIO PRC-112 SOL F09604-97-Q-00140 DUE 011597 POC For copy, Melanie Moreland/Lrka/[912]926-1721, For additional information contact Melanie Moreland/Lrka/[912]926-1721 DESC: Item 0001 NSN 6625- - - P/N: TS-4317-3, DESC: Test set, radio PRC-112 3ea. Applicable to: U-2. Destn: Robins Air Force Base Ga 31098-2122. Delivery: 01 Apr 97 3 ea The approximate issue/response date will be 01 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Ifr Inc, Wichita Ks 67215-8999. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) See notes 22 & 26. CITE: (I-347 SN011623) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 66--PROPELLANT TEST SYSTEM, HIGH RATE SOL F42650-97-R-0032 DUE 013097 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Carla Porter/Pkoc/[801]777-0186 DESC: NSN: 6625PPROPELTEST, Develop, install, and demonstrate a propellant test system capable of performing tensile & stress/relaxation tests on solid rocket propellants under controlled pressure & temperature, both high/low velocity and short stroke; followed by high speed to rupture tensile test from preloaded stress/relax position. System will consist of single loading frame w/hydraulic servo-acuator subsystem, pc based digital servo controls, hydraulic power system, stroke lvdt, clip on extensometry, software & hardware for data acquisition. Load unit provided w/integral pressure vessel w/internal loading reaction frame, temp control subsystem & pressure control subsystem for maintaining desired environmental conditions. Delivery: 8 months ARO Destn: Hill AFB UT 84056 The approximate issue/response date will be 31 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-347 SN011670) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: 66 -- PRECISION PRESSURE STANDARDS AND AUTOMATED PRESSURE CALIBRATION SYSTEMS SOL N00421-97-R-1039 DUE 021097 POC Tom Stann, Contract Specialist, 301-342-1825 x152; Rebecca J. Wathen, Contracting Officer, 301-342-1825 x133. DESC: Precision pressure standards and automated pressure calibration systems. The pressure standards will be used in calibrating dial pressure gauges and digital pressure measurement devices. The automated pressure calibration systems are intended to be used by Navy personnel in a shipboard machinery room environment to generate and control pressure gauges, switches, transducers, transmitters, and other pressure measuring devices. Specifications will be included in the solicitation. A fixed price requirements contract 36 months in duration is anticipated. The contract will be for the requirements of the NAVAIR Metrology and Calibration Program. The total estimated quantity for the 36 month duration is ten each precision pressure standards and ten each automated pressure calibration systems. It is the intent of the Government to acquire commercial items. Award will be made on a low cost technically acceptable basis. FOB origin. Required delivery will be 90 days. Requests for copies of the solicitation are to be in writing addressed to the issuing office or submitted via facsimile to (301) 342-1864 to the attention of Tom Stann (code 25521L). All responsible sources may submit a proposal which shall be considered by the agency. See Numbered Note(s): 12 CITE: (I-347 SN011702) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 67--LENS, SUPPLEMENTARY EEV INC (6P860) SOL SP0500-97-Q-G693 DUE 011397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Margaret Kashow/LAB31/X0939 buyer: Margaret Kashow/LAB31/X0939 DESC: PR-NO: YPI96338001114 NSN 6730-01-375-8903, Tech data package availability: 4 -EA Del to Mechanicsburg PA 17055-0789 Del by 18 Mar 97. 3 -EA Del to Tracy CA 95376-5000 Del by 18 Mar 97. RFQ due date 97 Jan 13 specs: eev Inc P/N ESA 350133AA primary quantity: 7 deliveries to CONUS(excluding Alaska) delivery schedule: 120 days ADO NOTE 2 applies specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-347 SN011213) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--FUEL SYSTEM ICING INHIBITOR, HIGH FLASH SOL SP0450-97-Q-N266 DUE 012497 POC Contact: for copies of RFP/IFB solicitations, phone or writ E DSCR Attn: DSCR-JDPC Richmond VA 23297-5312/sue crol L/AC421/buyer/ (804)279-4352/fax: (804)279-3058. DESC: PR-NO: YPG96298000920 NSN 6850-01-089-5514, fuel system icing inhibitor, high flash diethylene glycol monomethyl ether; unit drum is 55 GL net at 15.5 deg C; critical application item; specification (NOTE 9); delivery schedule: 30 ARO days; unrestricted; ABVM applies - the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Anticipated award date is February 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011129) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Disa/ditco/dts6 2300 East Drive Scott Afb Il 62225- 5406 SUBJECT: 70--SOFTWARE AND TRAINING POC Kym Calvert, 618-256-9706 DESC: The Defense Information Technology Contracting Organization (DITCO), 2300 East Drive, Scott AFB, IL will procure BSA Company Proprietary Software. BSA Proprietary Software is used for data entry, data verification and file transferring the data to a DITCO owned mainframe. Services will also be procured to obtain on-site training of data input into the software required by BSA Company. CITE: (W-347 SN011356) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Department of the Air Force, SMALC/PKOCC, 3237 Peacekeeper Way, Suite 17, McClellan AFB CA 95652-1060 SUBJECT: 70--ACQUISITION OF REMEDIAL ON-CALL MAINTENANCE FOR AN IBM MAINFRAME COMPUTER SOL F04699-96-A0384 DUE 122796 POC Buyer, Elizabeth Gamboa/PKOCC/ (916) 643-4238, Contracting Officer, Nellie M. Powell, (916) 643-3952. DESC: Acquisition of remedial on-call IBM 4381 Mainframe Computer Maintenance, IBM Hardware Terminal Maintenance, and IBM Cartridge Tape Drive Maintenance in accordance with an equipment list and statement of work that will be provided with the solicitation. Period of Performance is 01 Jan 97 thru 30 Sep 97 with two option years. This is an "all or none" requirement. Descriptions, quantities, locations are based on the best available data at the time. Actual solicitation requirements may differ. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact Allen Taylor at (916) 643-5209, with serious concerns only. Routine communications concerning this acquisition should be directed to the buyer listed elsewhere in this synopsis. All responsible sources may submit a proposal/quotation which shall be considered by the agency. When requesting a solicitation, provide information as to whether your organization (together with its affiliates) is a large or small business and whether it is a small disadvantaged business. All interested parties are urged to provide their CAGE Code and Contractor Establishment Code (CEC) with their written requests. Written responses only, verbal requests will not be honored. FAX number is (916) 643-4157. CITE: (M-347 SN011686) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: National Institutes of Health; Office of Purchasing and Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville, MD 20892-7058 SUBJECT: 70 -- ADP PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT EQUIPMENT SOL 263-97-Q-(LW)-0062 DUE 010197 POC Contact Point: Purchasing Agent, Gail Akinbinu on 301-496-3704. DESC: The NIH intends to issue a purchase order for EXFOFTB300M1N2W1, a 486DX 75mHz Mainframe w/3.5 Floppy drive: 8MB memory upgrade; EXFOFT37212D74, a 850nm/1300nm OTDR Module; EXFOFTB7223B70, a 1310nm/1550nm OTDR Module; EXFOFTB1402, a Power Meter w/Storage; EXFOVFLXX, a Visual Fault Locator; EXFOT02DXX, a 1300nm LED Talk Set Module; and EXFOVCS20A02CXX, a 1300nm LED Handheld Talk Set. This equipment is needed to test and troubleshoot fiber optic cable infrastructure. Any vendor wishing to submit an offer should contact Gail Akinbinu, Purchasing Agent at the above address, or by fax on 301-496-3707. All bids must be received by the close of business 1/1/97. This solicitation has been modified to reflect the catalog numbers of each item. CITE: (I-347 SN011728) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2208, Washington, DC 20536 SUBJECT: 70 -- PC DIRECT ACCESS SOL SID-7F-00028 DUE 111296 POC Jackie Francis, Procurement Technician, 202-616-2062; Lesa Scott, Contracting Officer, 202-616-2062. DESC: The INS intends to issue a sole source award to Mergent International, Frederick, MD, to provide annual service and access control for its personal computers and local area networks. This service includes technological improvements, support and updates. This proposed award is for services, this notice of intent is not a request for competitive proposals. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Please fax responses to 202-616-7876, Attn. Jackie Francis, SID-7-00028. See Numbered Note(s): 1. CITE: (I-347 SN011734) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 71--UMBRELLA STAND SOL F09650-97-T-0315 DUE 021097 POC For copy, WR-ALC/PKOC, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 DESC: Item 0001 NSN 7195-P8-6-6-40 P/N: N/A, Desc: Umbrella stand - aluminum, white, durable, weather resistant. 50ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 50 ea Item 0002 NSN 7195-P8-6-6-30 Vinyl Umbrella P/N: N/A, Desc: Vinyl umbrella, 7.5,8 rib, white, easy to care for, weather reistant. 50ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 50 ea Item 0003 NSN 7195-P8-6-6-00 Sanibel Stackable Deck Chairs P/N: N/A, Desc: Sanibel stackable deck chairs, white with 2 aquamint stripes at top and bottom, white frame, straps 2" wide mildew resistant, will remain colorfast. 140ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 140 ea Item 0004 NSN 7195-P8-6-6-10 Fiberglass Tables P/N: N/A, Desc: Fiberglass tables, 36" diameter with hole for umbrella, white. 50ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 50 ea Item 0005 NSN 7195-P8-6-5-90 Sanibel Stackable Chaise Lounges P/N: N/A, Desc: Sanibel stackable chaise lounges, virgin-vinyl, straps 2" wide, white with 2 aquamint stripes at top and bottom, white frame, mildew resistant, will remain colorfast. 150ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 150 ea Item 0006 NSN 7195-P8-6-6-15 Fiberglass End Table P/N: N/A, Desc: Fiberglass end table, weather resistant & durable 18" diameter, white. 50ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 50 ea Fax 912-926-3590 The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 14 Jan 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-347 SN011627) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--DISPENSERS, BEVERAGE, MECHANICALLY REFRIGERATED 115 VOLTS, 60 HZ, SINGLE PHASE SOL SP0500-97-Q-C762 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/215-697-9238 buyer: Lynne DeSanto/VAB26/215-697-9211 DESC: PR-NO: YPI96326001016 NSN 7310-01-007-3818, @DRAW off capacity per hour any acceptable @DISPENSING pressure type gravity @DISPENSER type counter top @REFRIGERATION unit cabinet not included @CONDENSER cooling type air @CURRENT type AC @VOLTAGE rating 115.0 volts nominal @COOLANT type any acceptable @USAGE design pulpy fruit juices Tech data package availability: 20 -EA Del to Mechanicsburg PA 17055-0789 Del by 16 Nov 96. 25 -EA Del to Tracy CA 95376-5000 Del by 16 Nov 96. RFQ due date: 97JAN17 primary qty: 45 deliveries to CONUS (excluding Alaska) delivery schedule: 120 days ADO size standard 500 NOTE 1 applies drawings/specs are not required to obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-347 SN011211) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--COLD FOOD COUNTER, MECHANICALLY REFRIGERATED 120 VOLTS, 60 HZ, SINGLE PHASE SOL SP0500-97-Q-C791 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/215-697-9238 buyer: Lynne DeSanto/VAB26/215-697-9211 DESC: PR-NO: YPI96326001019 NSN 7310-01-174-2412, CICA W/protector shelf, W/mounting legs, refrigerated storage compartment Tech data package availability: 6 -EA Del to Mechanicsburg PA 17055-0789 Del by 08 Jan 97. RFQ due date: 97JAN17 specs: MIL spec MIL-C-43300G primary qty: 6 deliveries to CONUS (excluding Alaska) delivery schedule: 120 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. NOTE 9 applies to obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-347 SN011212) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: 366 CONS/LGCS, PO Box 4027, Bldg 512, Mountain Home AFB, ID 83648 SUBJECT: 74--TEAC VIDEO RECORDERS SOL F10603-97-B0003 DUE 012097 POC Point of Contact-Terry J. Oakland, Contracting Officer (208)828-6477/SSGT Mosca (208)828-6477 DESC: 366 Contracting Squadron has a requirement to purchas TEAC Model V-83AB-F triple deck 8mm video recorders, delivery to Mountain Home AFB, Idaho. This is a brand name only solicitation, or equal bids shall not be considered. This solicitation shall result in an indefinate delivery indefinate quantity requirements type contract. Delivery time of the first eight recorders may be an evaluation factor. Price shall be an evaluation factor. This action is being considered for 100% set-aside for Small Business (SB) concerns. The Standard Industrial Classification for this acquisition is 3651. Interested SB concerns should notify this office, in writing, of their intention to bid on the project as early as possible but not later than 14 days after publication of this notice. If adequate interest is not received from SB concerns, the solicitation shall be issued on an unrestricted basis without further notice. Therefore, replies to this office are still required from all interested business concerns as well as from SB concerns. Solicitation documents shall be made available o/a 26 Dec 96. Submit requests to be placed on the bidders mailing list in writing or by facsimile machine (208)828-2658. (Telephone request shall not be accepted). LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: oaklandt@366lg.mountainhome.af.mil EMAILDESC: CITE: (D-347 SN011326) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: USPFO FOR WYOMING, PURCHASING AND CONTRACTING, 5500 BISHOP BLVD., CHEYENNE WY 82009-3320 SUBJECT: 74--LEASE OF PHOTO COPY MACHINES SOL DAHA48-97-B-0001 DUE 011097 POC Contract Specialist Jon A. Morse (307) 772-5968 (Site Code DAHA48) DESC: Solicitation DAHA48-97-B-0001, Lease of Photo Copy Machines, is hereby canceled. CITE: (I-347 SN011341) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: U.S. Department of Commerce, Acquisition Services, 14th & Constitution Ave., N.W., Room H-6517, Washington, D.C. 20230 SUBJECT: 76 -- ELECTRONIC ON-LINE LEGAL INFORMATION SERVICES POC Michael B. Smith DESC: The U.S. Department of Commerce intends to issue a Delivery Order per the provisions of the Library of Congress, Fedlink Basic Ordering Agreement (95CLFB0040) for Electronic On-Line Legal Information Services. This is not a Request for Proposals, but rather an inquiry to determine the availability of qualified firms. This office believes that only West Publishing of St. Pauls, MN can provide this service. Firms believing that they have the ability to furnish these services must furnish detailed technical information clearly demonstrating their capabilities within 15 days of the date of this notice. This is not a solicitation or the announcement of a forthcoming solicitation. There is no document to request, however, all responsive capability statements will be considered. If no affirmative response is received by the 15th day after publication of this notice which clearly demonstrates a firm's ability to provide the above services, a Delivery Order will be issued to West Publishing in accordance with the terms of the Basic Ordering Agreement. CITE: (I-346 SN011079) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), PGAS, Procurement Operations Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 SUBJECT: 76 -- AMERICAN METEOROLOGICAL SOCIETY JOURNALS SOL 52-DGNW-7-90040 POC Eleanor E. Kaul, Contract Specialist or Gregory N. Smith, Contracting Officer, 301/713-0823x135 or fax 301/713-0808 DESC: NOAA intends to place an order using Simplified Acquisition techniques on a sole source basis to the American Meteorological Society, 45 Beacon Street, Boston, MA 02108-3696 for 1997 yearly subscriptions for 162 copies each of "Weather Forecasting" and "Monthly Weather Review". These journals provide the latest, published state-of-the-art results of research and development in the field of meteorology specifically addressing original research and survey papers concerning the following issues: (1) weather analysis and non-operating forecasting, (2) observed and modeled circulations including techniques development and verification studies plus seasoned-annual weather summaries, and (3) operational forecasting or weather events significant to opertional forecasting problems such as opertional-verification techniques, applications of new analysis methods, forecasting-verification studies, and case studies with direct application to forecasting. Vendors who believe that they can offer journals meeting these issues are invited to submit information addressing these specific issues. Responses received within 15 calendar days after publication of this notice will be considered in determining whether or not to place the order with AMS on a sole source basis. See Note 22. CITE: (I-347 SN011133) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 76 -- STANAG LABELS SOL DAAA03-97-T-0019 DUE 011397 POC Gaye Caldwell, Purchasing Agent, 501/540-3015. DESC: Labels, Stanag, Various sizes and quantities IAW specified drawings. To be die cut and supplied on rolls. Delivery is F.O.B. Destination. This acquisition is being conducted utilizing simplified acquisition procedures. A written request for quotation will be issued with anticipated award date of 01/16/97. Request for quote packages may be requested as follows: 501/540-4090, Answering machine: 501/540-4095. CITE: (I-347 SN011268) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: DHHS/PHS/FDA/Office of Facilities, Acquisitions, and Central Services, Division of Contracts and Procurement Management, HFA-521, 5600 Fishers Lane SUBJECT: 76 -- CRC PRESS SUBSCRIPTION SOL E060064 DUE 122796 POC Dee Gibson, Contract Administrator, M. Deborah Smith-Castle, Contracting Officer, (301) 443-0424, Fax (301) 443-3691 DESC: The Food and Drug Administration (FDA) intends to award a Purchase Order to the CRC Press, Inc. on a sole source basis for subscription renewal of Food Chemical News, Food Chemical News Guide, Food Labeling & Nutrition News, Pesticide Chemical News Guide, Pesticide & Toxic Chemical News, World Food Chemical News, HACCP Management Manual. See numbered note 22. CITE: (W-347 SN011740) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 81 -- WEAPONS SHIPPING & STORAGE CONTAINERS, CNV-463/E & CNU-464/E SECTIONAL CONTAINERS SOL N68335-97-R-0117 DUE 012897 POC A. Hugus Contract Specialist, Code 2132AL, (908) 323-2971. DESC: The CNU-463/E and CNU-464/E Containers are aluminum extruded sidewall design with mid-opening gasket sealed base and cover unit, using a anti-static polyethylene foam dunnage system. The containers each weigh approximately 200 lbs and the outside dimensions are approximately 82.50 X 14.50 X 18.00 inches. Handling provisions for fork trucks and lift eye are included in the container designs. The requirement is for 33 each CNU 463/E units, NSN 8E 8140-01-360-7297, Dwg 3066AS100 Rev-E with 100% option FY'98 and 100% option FY'99. First Article Test required. 44 each CNU-464/E, NSN 8E 8140-01-360-7295, Dwg 3067AS100-E Rev E with 100% option FY'98 and 100% option FY'99. First Article Test required. Delivery for production units is FOB origin. Delivery to be 10 per month beginning 120 days after production release. First Article shall be delivered FOB destination to WPSTA Earle 120 days after contract award. This procurement is a 100% set-aside for small business. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-347 SN011692) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 81 -- WEAPONS SHIPPING & STORAGE CONTAINER, CNU-571/E SOL N68335-97-R-0118 DUE 012897 POC A. Hugus, Contract Specialist Code 2132AL, (908) 323-2971. DESC: The CNU-571/E Container is an aluminum extruded sidewall design with polyethylene foam dunnage system. The container weighs approximately 370 lbs and the outside dimensions are 100 X 35 X 19.38 inches. Handling provisions for fork trucks and lift eye are included in the container design. NSN: 2E 8140-01-410-6600, Drawing ADL 3454AS100. The requirement is for 758 each CNU-571/E containers with 100% option . First Article Test required. Delivery schedule for production units is FOB origin. Delivery to be 50 per month commencing 120 days after production release. First Article Unit delivery FOB destination to WPNSTA Earle 120 days after contract award. This procurement is set-aside for small business. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-347 SN011693) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001 SUBJECT: 81 -- OCEAN CARGO CONTAINERS (ISO TYPE) SOL N68936-97-R-0070 DUE 010997 POC Elaine Couchman, Contract Specialist, (805) 989-1806; Billy Kilby, Contracting Officer, (805) 989-8418. 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 contained in this notice. This announcement consitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Solicitation Number: N68936-97-R-0070, and is issued as a Request for Proposal (RFP). The RFP incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 90-41 and Defense Acquisition Circular Number 91-10. The standard industrial classification code is 3537 and the small business size standard is 750 employees. The successful contractor shall provide delivery, FOB Destination to Naval Air Warfare Center, Point Mugu CA. Description of Requirement is 100 each Ocean Cargo Containers (ISO type); Size: 20'(L) X 8'(W) X 8.5'(H) (+/- 6" on all dimensions); Type : Aluminum or Steel; Condition of each container shall be structurally sound and have the ability to be hoisted by crane. Each container shall have corner castings (for hoisting) on all 8 corners. Containers are not required to be wind and water tight. Containers shall have one set of doors at one end of the container. Minimum door opening shall be 7'4"(W) X 7'(H) and the doors shall be operational. Containers shall have the ability to be stacked to a level of three containers high. Containers shall be able to stand on end. Containers which have been reconditioned are acceptable within the following guidelines: Each container shall have no more than ten (10) holes. Each hole cannot exceed 6.5 square inches in area. Any dents in sides of containers shall not exceed one (1) inch in depth. Containers are not required to be freshly painted. Delivery shall be in mulitables of 20 each as a minimum. The required delivery schedule is as follows: deliver 20 each containers on or before 14 Feb 97, deliver 20 each containers on or before 24 Feb 97, deliver 20 each containers on or before 6 Mar 97, deliver 20 each containers on or before 17 Mar 97, and deliver 20 each containers on or before 27 Mar 97. The offeror shall include a completed copy of the FAR provision FAR 52.212-3, Offeror Representations and Certifications, Commercial Items and DFARS provision DFARS 252.212-7000, Offeror Representations - Commercial Items. The offeror is advised that FAR provisions FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items and DFARS provision DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of 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 one orginal plus one copy to Naval Air Warfare Center, Weapons Division, Code 220000E, Bldg 65, 521 9th Street, Point Mugu, CA 93042-5001 Attn: E. Couchman no later than 09 January 1997, 2:30pm local time. An initial FAX copy submittal is acceptable. FAX to (805) 989-0561 Attn: E. Couchman with an orginal hardcopy following via US Mail or overnight delivery service. Offers may be submitted on letterhead stationery and at a minimum must show: (1) the solicitation number (N68936-97-R-0070); (2) the time specific for receipt of offers (09 Jan 1997); (3) The name, address, and telephone number of the offeror; (4) a technical description of the the item(s) being offered in sufficient detail to permit evaluation of 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 and DFARS 252.212-7000; (9) acknowledgement of solicitation amendments, if any; (10) past performance information to include any relevant contracts for the same or similar equipment and other refereces (including contract numbers, points of contracts with telephone numbers and other relevent information; and (11) if the offer is not sumbitted on Standard Form 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 exclued 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 the award of a firm-fixed price contract. The following factors (in descending order of importance) shall be used to evaluate offers: (1) technical acceptablility, proposal will be evaluated to ensure that minimum requirements of the soliciaiton are satisfied; (2) past performance; (3) ability to meet required delivery schedule; and (4) price including FOB destination charges. For evaluation of past performance, offers are required to submit information pertaining to previous sales to other government activities, or to private companies. Offerors shall 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 subparscoring in the applicable area of evaluation. This is a rated order under DPAS (15 CFR 700) and is rated DO C9. CITE: (I-347 SN011731) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--TOWEL BLANKS SOL 1PI-R-0666-97 DUE 021097 POC Contract Specialist, JAMES, MINNIE, 202/508-3940 DESC: Unicor, Federal Prison Industries (FPI) Inc. This is a fixed pricerequirements type contract for one base year and one option year. Product: Various sized Cotton Blanks for towels. Est. Qty. 1,500,000. Four line items, in accordance with MIL-DDD-T-53H, Various sizes. Delivery is required 45 days after receipt of delivery order upon award of contract. Delivery is FOB Destination to MCC Miami Florida. Only responsible sources may submit a bid, which shall be considered by the Agency. All request must bein writing on your company letterhead . Fax you request to 202-508-8498. Please Note the evaluation for this requirement will be based on the offeror Best Value/ Past Performance, not necessarily price alone. Past Performance will CITE: (I-347 SN011336) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--TOWELS, BLANK SOL 1PI-R-0670-97 DUE 020297 POC Contract Specialist, THORNTON, LULA, 202/508-3947 DESC: UNICOR, Federal Prison Industries, Inc., intends to enter into a one (1) base year and two (2) option years Firm-Fixed Price Requirements contract for the following. Line item 0001, estimated quantity 650,000 each, Towel Blanks, White, VA Logo, 5.5#,20"x40", I.A.W. DDD-T-551K, Type I, Class 1, Style - A, Length 41.5" +/1, width - 20" +/-. Line item 0002, quantity 25,000 each, Towel Blanks, Specialty VA Markings, for manufacture of 7210-01-SPC-2040 Terrycloth bath towels, blanks shall be I.A.W. DDD-T-51K dated 10-19-77, Type I, Class 1, Style A. Line item 0003, estimated quantity 25,000 each, Towel, Cotton, White, VA Logo, J.A. Haley, 20x40, I.A.W. DDD-T-551K dated 10-19-77, Type I, Class, Style A, Length: 41.5" +/- 1", width 20" +/- 1/2". Line item 0004, estimated quantity 25,000 each, Towel, Cotton, White, VA Logo, Castlepoint, 20X40", I.A.W. DDD-T-551K dated 10-19-77, Type I, Class 1, Style A, Length: 41.5" /- 1", width 20" +/- 1/2". Required delivery is 45 days after of receipt of order for line item 0001 and 60 days after receipt of order for line items 0002, 0003, and 0004. FOB Destination to MCC Miami, FL. All responsible sources may submit CITE: (I-347 SN011337) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--TROUSERS, CG MAN'S, BL 3362 SOL SP0100-96-R-0203 DUE 012697 POC Contact: DPSC-FRDA-1 buyer-libby F. Harris 215/737-5630 DESC: This acquisition is being amended from unrestricted to total set-aside for small business concern. CITE: (I-347 SN011135) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--CARRIER, BODY ARMOR, TYPE 1 AND TYPE 2 SOL SP0100-97-R-4017 DUE 012697 POC Contact: DPSC-FOTM-1 buyerr. Greenberg 215/737-8492 DESC: 45 EA type 1 and 1050 EA type 2 carrier body armor in accordance with MIL-C-44417. best value procurement. Tech proposals required. 315 day production leadtime. 3 monthly deliveries. dest: Mechanicsburg. required on Tech prop: past perf, Mfg plan, QA plan. Total small business set-aside. All responsible sources may submit offer which DPSC shall consider. CITE: (I-347 SN011144) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 84--LINER ASSY IAW FM 2 SOL F41608-97-R-0061 DUE 012097 POC For copy, Nasif, S./ldktk/[210]925-5898, For additional information contact Nasif, S./ldktk/[210]925-5898 DESC: Item 0001 NSN 8475-00-164-7108 P/N: 70360-30, ABSORBENT, LARGE. APPL HGU-26/P HELMET. PROCURE IAW FM 2. WIMM ITEM. 12000EA. Applicable to: Hgu-26/P Helmet. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 MAR 97 12000 ea 31 MAR 97 2 ea THREE YEAR FIRM FIXED PRICE REQUIREMENTS CONTRACT The approximate issue/response date will be 18 Dec 96. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note (s) 1 26. CITE: (I-347 SN011458) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Contracting and Purchasing Division, P.O. Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, S.C. 29905-5000 SUBJECT: 84-JERSEY TYPE T-SHIRTS PRINTED WITH LOGO SOL M00263-97-Q-0004 DUE 010397 POC Contact Barbara Coppinger, Contract Specialist, (803) 525-2190, Linda Stroh, Contracting Officer, (803) 525-2151 DESC: (i) 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; quotes are being requested and written requests for quotation will not be issued. (ii) Solicitation M00263-97-Q-0004 is being issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. (iv) This acquisition is a 100% small business set aside. The associated standard industrial classification code is 2321. The small business size standard is 500 employees. (v) The solicitation contract line item number, quantity, unit, and item description follows: Line item 0001. Quantity-11,000. Unit-each. Description-Adult T-shirt, jersey type, set-in short sleeves, stretch crew neck, taped back neck and shoulders for shape retention, and double needle sleeve and hem. Color is forest green. Size extra-large. Body width is 24 inches flat and body length is 31 1/2 inches in length with a 1 inch tolerance for both body width and length. Sleeve length is 9 1/2 inches with a 1/2 inch tolerance. (vi) Fabric shall be manufactured with 20 singles size yarn or better, and consist of 50% polyester, and 50% cotton, heavy weight material that weighs no less than 5.4 ounces per square yard. Fabric color shall show good fastness to perspiration and laundering. All seams and hems shall be finished smooth and flat without twists, puckers, pleats, or other distortions. A one color, golden yellow, 110 mesh count screen printed logo shall be centered in italics on the front of each shirt. The ink utilized shall meet or exceed the quality results of a plastisol, heat cured, non-solvent based opaque ink. The logo shall consist of the Marine Corps globe, eagle, and anchor followed by "Marines" on one line. The globe, eagle, and anchor shall measure 3 inches square. The word "Marines" shall measure 1 1/2 i nches in height and 9 inches in length. The logo shall be centered on the front of the shirt 5 inches from the base of the crew neck. The size of the logo may vary up or down 1/4" from the actual sample size of the logo provided. Submit quotations with a garment sample and manufacturer's finished garment specification sheet to the address shown in paragraph (xvi) on or before January 3, 1997. Upon notification by the Contracting Officer, the successful quoter shall then provide one finished garment with the required logo to the address shown in paragraph (xvi) to ensure that the logo is in compliance with the specification contained herein. The Contracting Officer will forward a copy of the logo artwork to the successful quoter. The finished garment shall reach the Contracting Office on or before January 10, 1997. (vii) Prices quoted shall be FOB destination. The printed T-shirts shall be shipped complete in one delivery to Commanding Officer, 1st Marine Corps District, M80001, 605 Stewart Avenue, Garden City, NY 11530, Mon-Fri, 8:00 A.M. to 4:00 P.M., on or before January 27, 1997, as follows: 76 boxes, 144 T-shirts per box totaling 10,944, and one box of 56 T-shirts, for a total of 11,000 T-shirts. The following Federal Acquisition Regulations (FAR) provision and clauses apply to this acquisition: (viii) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items, to include the specific evaluation criteria in paragraph (a): 1) Quality of the T-shirts without logo: meets or exceeds minimum specifications pertaining to quality applications; adheres to specifications pertaining to t-shirt dimensions and fabric content; weight of fabric per square yard; depth and clarity of t-shirt color; overall construction of garment. 2) Quality of the screen printing on T-shirts: Precision, definition, and clarity of artwork transfer onto t-shirt; quality of ink and screen printing process; quality of color based on the requirement. 3) Value based on price. 4) Ability to meet required delivery date. 5) Past performance. (x) Offerors shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with a copy of its quotation. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional clauses cited in the clause by reference apply: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 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. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this contract: The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisitions of Commercial Items, and 252.225-7001, Buy American Act and Balance of Payments Program apply to this acquisition. Offerors shall include a completed copy of provision 252.225-7000, Buy American Act-Balance of Payments Program Certificate, with a copy of its quotation. Each Offeror shall review the preceding clauses and provisions incorporated by reference in paragraphs (viii through xii) above, and return a completed copy of the two required provisions with its quotation. Copies of clauses and provisions may be provided upon request. (xiii) This acquisition will be paid by Government (Visa) credit card upon delivery and acceptance of the printed T-shirts. Mail invoice to Contract and Purchasing Division. P. O. Box 5069, MCRD, Parris Island, SC 29905. Invoice must be issued in accordance with Far 52.212-4(g). (xiv) The Defense Priorities and Allocation System (DPAS) assigned rating is DO C9E. (xv) Commerce Business Daily numbered note 1 signifies that this acquisition is a 100% set-aside for small business organizations. (xvi) Submit quotes, to include completed provisions, T-shirt samples, and manufacturer's finished garment sheets, to Contract and Purchasing Division, Attn Formal Contracts Branch, Bldg 159, Marine Corps Recruit Depot, Parris Island, SC 29902. Offerors must submit their quotation packages to reach destination by 5:00 P.M., Eastern Standard Time, January 3, 1997. (xvii) Contact Barbara Coppinger, Contract Specialist, (803) 525-2190, Linda Stroh, Contracting Officer, (803) 525-2151. All responsible sources may submit a quotation which shall be considered by the agency. See Numbered Note 1 CITE: (I-347 SN011712) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099 SUBJECT: 89 -- MILK AND ICE CREAM PRODUCTS SOL SP0300-97-R-D040 DUE 021997 POC Contact: Helene Booth, Contract Specialist at (215) 737-5891 or William Smith, Contracting Officer at (215) 737-4298. DESC: Marine Corp Recruit Depot San Diego, CA (Troop Issue) requires milk and ice cream products for deliveries starting 01 June 97. The contract period will be for 12 months. The acquisition will be issued total set aside for small business concerns for Group I and unrestricted with 10% evaluation preference for small disadvantaged business concerns for Group II. Materials used in fabrication are to be furnished by the offeror(s). All responsible sources may submit proposals which will be considered by the agency. Solicitation requests may be transmitted via Facsimile 215-737-7081 ATTN: DPSC-HFVW. Anticipated solicitation issuance date is 15 January 97. CITE: (I-347 SN011720) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NIH, National Heart, Lung, and Blood Institute, COB, 6701 Rockledge Dr MSC 7902, RKL2 Rm 6016, Bethesda, MD 20892-7902 SUBJECT: 99 -- OPEN FORMULA SWINE AND UNGULATE FEED SOL NHLBI-RR-P-96-124 DUE 012796 POC Zetherine L. Gore, Contract Specialist, (301) 435-0365. DESC: The National Institutes of Health, National Center for Research Resources needs a contractor to provide open formula swine and ungulate feed. The contractor shall be required to provide swine and ungulate feed in accordance with Government specifications. Approximately 15 tons of swine feed delivered in 50 pound bags and 100 tons delivered in bulk shall be required. Approximately 20 tons of ungulate feed delivered in bulk shall be required. The applicable Standard Industrial Classification (SIC) is 2048. The award of a fixed-price indefinite delivery contract is anticipated. The contract period shall be approximately one (1) year with a six (6) month option. It is anticipated that the Invitation for Bids (IFB) will be issued on or about December 27, 1996. To obtain a copy of the IFB, all interested parties should submit a written request to the POC referenced herein. CITE: (I-347 SN011242) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Aeronautical Systems Center, ASC/CDSK, Bldg. 22N, 2690 C St., Rm 201, Wright-Patterson AFB OH 45433-7407 SUBJECT: 99 -- AIR FORCE MODERNIZATION PLANNING PROCESS SOL N/A POC Contact Lt Col Dennis F. Spray at (937) 255-3164. Contracting Officer is Ms. Margaret R. Yarrington at (937) 255-7003. DESC: In support of the Air Force Modernization Planning Process (AFMPP), Aeronautical Systems Center's Development Planning Directorate (ASC/XR) is in the process of brainstorming ideas for potential solution concepts to currently identified and forecasted Air Force Mission Area deficiencies. This is an Aeronautical Systems Center (ASC) led project, however, mission areas have changed and/or reorganized over the past year and replies to this concept call could have widespread applications. As a potential submitter, you should be aware that several mission areas supported by ASC coordinate directly with or are already integrated with Electronic Systems Center (ESC), Space and Missile Center (SMC), and Human Systems Center (HSC). Deficiencies have been identified by Technical Planning Integrated Product Teams (TPIPTs) in the following mission areas: Counter Air (Air-to-Air), Electronic Combat, Aircrew Training, Special Operations (Provide Mobility of Forces in Denied Territory, Force Application, Psychological Operations, Aviation Foreign Internal Defense, Joint Air-SOF Battlefield Interface), Mobility (Combat Delivery, Strategic Airlift, Air Refueling), Air Base Systems, Strategic Attack/Interdiction, Close Air Support, Theater Missile Defense, and Rescue. Also, please note that different mission areas within ASC are separated into functional tasks. ASC/XR plans to use this Solicitation for Information to involve industry in providing potential solution concepts. The Government does not intend to award a contract on the basis of this solicitation. Participation is totally voluntary and will be uncompensated. All information and data submitted to the Government must be nonproprietary and will not be treated by the Government as confidential information. If a concept has been previously submitted, it is in the database and does not need to be resubmitted. Interested industry participants can receive a package which includes: (a) deficiencies by mission area and (b) the process for solution concept submission. To request a data package containing operational deficiencies, access Wright-Patterson AFB Homepage on the World-Wide Web at http:// www.wpafb.af.mil. Once there, click on "ASC/XR Concept Call" and follow the directions that are provided. You may also request the package by E-mail (ascxri@ase.wpafb.af.mil) or FAX at (937) 656-7889. Send requests through conventional mail to the following address: ASC/XRI, Concept Call 2275 D St., Ste 10 Bldg. 16 Rm. 120 WPAFB OH 45433-7227 Data packages are classified and will be mailed following normal security procedures. Classified deficiencies are available to any Government agency or US contractor who participates in the DOD Industrial Security Program. In order to participate in this solicitation for information, requesters must provide: (a) classified mailing address, (b) CAGE code, and (c) a point of contact to ASC/XRI following the above procedures. Interested industry participants must contact ASC/XRI no later than 31 December 1996. Industry's solution concepts should be received by ASC/XRI by 31 January 1997 in order to be considered in this year's annual cycle of the AFMPP. An Ombudsman has been appointed to hear concerns about this concept call. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr. Daniel L. Kugel at (937) 255-3855. Direct routine communication concerning this Solicitation for Information to Lieutenant Colonel Dennis F. Spray, Chief, Integration Integrated Product Team, at the above ASC/XR address and phone (937) 255-3164. CITE: (I-347 SN011265) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NASA/GSFC, Code 214.2, Greenbelt, Md 20771 SUBJECT: 99 -- LOAN OF PROTOTYPE INSTRUMENTS FOR GEOSTATIONARY OPERATIONAL ENVIRONMENTAL SATELLITES (GOES) SOL N/A POC Clelia Walker, Contracting Officer, Code 214.2, (301)286-1351. DESC: The Goddard Space Flight Center (GSFC) intends to loan two prototype instruments, designated the Geostationary Operational Environmental Satellite (GOES) SN01 sounder and SN02 imager, to the Hughes Space and Communications Company of El Segundo, California. GOES is a three-axis stabilized satellite that allows the instruments to continuously view the Earth for weather forecasting. The purpose of the loan is to allow Hughes to conduct tests to verify their understanding of the instrument interfaces and to demonstrate compatibility between the imager/sounder design and the Hughes spacecraft. The loan will be on a non-interference basis to the Government and at no cost to the Government. Terms of the loan are described below. The SN01 sounder and/or the SN02 imager may be loaned to other interested spacecraft manufacturers, subject to the same terms and conditions. Any interested company must contact the Contracting Officer listed above to indicate their intent within 15 days of the publication date of this synopsis, requests received after this time period will not be considered. The company must be a viable offeror for the GOES-NOPQ spacecraft procurement and must make arrangements for the loan with both GSFC and ITT. The company must also demonstrate sincere interest by submitting a test plan which meets the criteria described below. GSFC reserves the right to refuse a request from any company not presenting a compelling rationale for the loan. As these loans are to be made on a non-interference basis to the Government, if more requests are received than the GOES Program can accommodate, all loans will be canceled. Equipment to be loaned: - SN02 pathfinder imager instrument, valued at $20M and consisting of: 1 sensor module; 1 electronics module; 1 power supply. - SN01 prototype sounder instrument, valued at $1.5M and consisting of: 1 sensor module; 1 electronics module; 1 power supply. - Test equipment, valued at $4M and consisting of: 2 test harnesses; 2 portable test units; 6 transit cases; assorted other test equipment as required for test. Instructions: - The SNO2 imager and SN01 sounder are to be treated as flight hardware. Handling shall comply with all requirements (contamination control, electrostatic discharge, etc.) levied by ITT. - A test plan shall be provided to the NASA/GOES project prior to execution of loan agreement. This plan shall include: purpose of test; test methodology; schedule/test duration; how the imager/sounder will be used; how the imager/sounder will be interfaced with spacecraft test equipment. - A test procedure shall be provided to the NASA/GOES project at least one week prior to test. - Any and all costs incurred by ITT in the preparation, execution, and analysis of this test will be covered by a direct agreement between the spacecraft manufacturer and ITT. This agreement shall include: shipment of equipment to and from spacecraft facility; execution of functional electrical test prior to and following each shipment; development and/or modification of procedures required for testing; ITT engineer and test operator support during testing; ITT site survey prior to instrument arrival at spacecraft facility. - GSFC reserves the right to be present during the site survey and all testing. Liability: The borrower shall be responsible to pay 100% of the repair or replacement cost up to the full value of the loaned equipment to compensate for any and all damage occurring during transport to, testing at, and return from the spacecraft facility, regardless of cause or fault. CITE: (I-347 SN011704) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Office of Justice Programs, Contracts Branch, Room 542 633 Indiana Avenue, N.W., Washington, DC 20531 SUBJECT: 99 -- 1996 INTERNATIONAL CRIME (VICTIMIZATION) SURVEY DATA SET SOL N/A POC Raymond C. German, Contracting Officer, (202) 307-0613. DESC: The Office of Justice Programs (OJP) intends to enter into a contract with Inter/View Nederland B.V., Overtoom 519-521, 1054 LH Amsterdam, Postbus 60068, 1005 G Amsterdam, Netherlands, for one data set containing the results of the 1996 INTERNATIONAL CRIME (VICTIMIZATION) SURVEY. The data set was produced as a result of an international survey of households in more than ten countries during the period of January - March 1996 by Inter/View. Inter/View will deliver the data set on an IBM compatible ASCII SPSS diskette with a machine readable code book to the Bureau of Justice Statistics (BJS). BJS will use the survey to compare the experience of crime and crime victimization in the United States with those of other countries. OJP intends to procure the 1996 INTERNATIONAL CRIME (VICTIIMIZATION) SURVEY data set on a sole source basis from Inter/View, bcause the Inter/View survey data set contains the only statistics on crime and victimization rates that are comparable from one country to another. The Government anticipates award of a firm-fixed-price contract with delivery of the data set on or about January 7, 1997. This notice of intent is not a request for competitive proposals. Responses shall contain sufficient documentation to demonstrate capability to fulfill this requirement. A solicitation is not available. See Note 26. CITE: (I-347 SN011735) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous--Potential Sources Sought OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN PROVING GROUND MD 21010-5423 SUBJECT: 99--IR FLARE SOL DAAM01-97-R-0009 DUE 013197 POC Contract Specialist George Hunt (410) 671-4192 (Site Code DAAM01) DESC: The US Army Chemical and Biological Defense Command (USA CBDCOM) is seeking qualified sources of hand held signaling devices that will have the capacity to produce infrared only illumination and visual smoke. The device must be small, lightweight, an safe to operate by the individual soldier. Testing of the unit will be performed at the Aberdeen Proving Ground, Maryland, and no additional support from the supplier is aniticpated. There is no current commitment on the part of the US Army to award a conract as a result of this request for information nor to pay for the information received. Interested sources should provide written notification and include product literature and price lists. Responses are to be forwarded to the address specified in this paragraph no later than 31 Jan 97. CITE: (I-347 SN011338) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--FILTERLESS HEAT CNT DAAE0796CX050P00001 AMT $249,492 DTD 112796 TO Mjr scientific Corp, 1439 sherman Ave Salt Lake City, UT84105 CITE: (I-346 SN011095) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--HFM SYSTEM ENGI CNT DAAE0790CR008P00087 AMT $34,949 DTD 112696 TO TRW Inc, one space pk redondo Beach, CA902780000 CITE: (I-346 SN011096) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--BRADLEY A3 EMD CNT DAAE0794C0456P00025 AMT $181,004 DTD 112796 TO United Defense LP, 2830 De La Cruz Blvd Santa Clara, CA95052 CITE: (I-346 SN011100) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 219, Greenbelt, MD 20771 SUBJECT: A -- IMPROVE UNDERSTANDING OF COUPLING PROCESSES BETWEEN ATMOSPHERIC CHEMISTRY AND CLIMATE POC Cynthia A. Dean, Contract Specialist, 301-286-9259. CNT NAS5-97039 AMT $737,608.00 LINE N/A DTD 120396 TO Atmospheric & Environmental Research Inc., 840 Memorial Dr., Cambridge, MA 02139 CITE: (I-347 SN011705) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: F-MANURE DISPOSAL POC N/A CNT 1422-N670-C97-0008 AMT $72,000 LINE N/A DTD 121096 TO Jack C. & Betty Dee Ray, Box 896 Star Rt., St Mary, Montana 59417 CITE: (W-347 SN011684) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: J--15TH STAGE VANE & SHROUD CNT FD2030-97-5-2819 AMT $175,812 DTD 112696 TO Canadian Commercial Corp, 50 O'connor St 11th Floor, Ottawa On K1a 0s6 CITE: (I-347 SN011281) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: J--RING, TURBINE FUNC: AIR SEAL 2ND STAGE CNT FD2030-96-5-3272 AMT $64,001 DTD 112596 TO Dover Tool Company, 297 Orland St, Bridgeport Ct 06605-2220 CITE: (I-347 SN011282) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: J--MOVEMENT/STG HOUSEHOLD GOODS (INBOUND & OUTBOUND) CNT F34650-93-R-0005 AMT $127,578 DTD 010197 TO Ace Transfer And Storage Co, 2216 Se 18th St, Oklahoma City Ok 73147 2118 CITE: (I-347 SN011305) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: J--MOVEMENT/STG HOUSEHOLD GOODS/INTRA-CITY & INTRA AREA CNT F34650-93-R-0005 AMT $163,618 DTD 010197 TO Edmonds Transfer And Storage, 2100 Se 69th, Oklahoma City Ok 73149- CITE: (I-347 SN011306) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J DRYDOCK & REPAIRS OF USCGC ORCAS (WPB 1327) POC Janyce DeCanto, Contracting Officer 510 437-3773 CNT DTCG85-97-C-625L53 AMT $244,185.00 DTD 121296 TO Mid Coast Marine, 530 Whitty Street, Coos Bay, Oregon 97420 EMAIL Janyce DeCanto/MLCPAC@Internet.USCG.MIL EMAILDESC: Officer CITE: (W-347 SN011316) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: J--ENGINEERING SERVICES CNT F34601-96-R-48261 AMT $1,204,810 DTD 112796 TO Olmsted Instrument Co, 28 4th St, Harrisburg Intl Airport, Middletown Pa 17057-5001 CITE: (I-347 SN011397) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J--REPAIR OF COMPONENTS OF THE APG-63 RADAR SYSTEM CNT F09603-95-R-21099 AMT $91,262 DTD 120296 TO International Enterprises Inc, 108 Allen Street, Talladega Al 35160-1399 CITE: (I-347 SN011445) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J--MAINTENANCE SUPPORT SVCS FOR MODIFICATION & REPAIRS CNT F09603-96-R-21007 AMT $1,005,306 DTD 112596 TO Lear Siegler Management Services, Csis Operations, 3100 N I-Hwy 35 Po Box 11566, Oklahoma City Ok 73136-0566 CITE: (I-347 SN011448) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J--CONTRACT FIELD TEAM SERVICES FOR F-15 ACFT CNT F09603-96-R-21006 AMT $1,185,069 DTD 112596 TO Lear Siegler Management Services, Csis Operations, 3100 N I-Hwy 35 Po Box 11566, Oklahoma City Ok 73136-0566 CITE: (I-347 SN011450) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: J--OVERHAUL/REPAIR CNT F41608-97-C-0038 AMT $28,936 DTD 112096 TO Fuel Systems Textron Inc, Sub Of Textron Inc, 700 N Centennial St, Zeeland mi 49464-1320 CITE: (I-347 SN011454) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: J--ENGINEERING SERVICES CNT F34601-96-R-48284 AMT $1,579,000 DTD 120996 TO Litton Systems Canada Ltd, 25 Cityview Dr, Etobicoke Ont M9w 5a7 CITE: (I-347 SN011544) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: J--VARIOUS NSN'S AND PART NUMBERS CNT F41608-96-R-0058 AMT $105,675 DTD 120996 TO Lamar Electro-Air Inc, Po Box 10/Wellington Airport, Wellington Ks 67152- CITE: (I-347 SN011599) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: J--VARIOUS NSN'S AND PART NUMBERS CNT F41608-96-R-0058 AMT $97,125 DTD 120996 TO Thomas Instrument & Machine Co Inc, P O Box 999, 3440 East First Street, Brookshire Tx 77423 0000 CITE: (I-347 SN011600) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J--NON-STOCK LISTED COSSAP ANALYSIS PACKAGE CNT F04699-97-R-0222 AMT $102,379 DTD 100196 TO Synopsys Inc, 700 East Middlefield Road, Mountian View Ca 94043 4033 CITE: (I-347 SN011682) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: NISE East, PO Box 190022, 4600 Marriott Drive, North Charleston, SC 29419-9022 SUBJECT: J--ENGINEERING SERVICES POC M. Bartley, Code 1117MB, (803)743-3397 CNT N65236-96-G-0128/0002 AMT $103,267 LINE 0002 DTD 111896 TO SBA/D&A Integrated Solutions, Inc. (SB), 1101 Commercial Ave, Charlotte, NC 28205 EMAILADD: bartleym@niseeast.nosc.mil EMAILDESC: CITE: (D-347 SN011737) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: NASA, Johnson Space Center, BL3, Houston, TX 77058 SUBJECT: K -- T-38A/N AIRCRAFT INLET PRODUCTION HARDWARE DESIGN POC Contracting Officer: Alice Pursell, 713-244-9922. Contracting Specialist: Nancy Robb, 713-244-9923 CNT NAS9-97037 AMT $882000 LINE N/A DTD 112596 TO Northrop Grumman Corp, One Hornet Way, El Segundo, CA 90245 CITE: (I-347 SN011239) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: K--DEFINITIZE CHANGE ORDER FOR ECP PC-001R1 CNT F34601-96-C-0001P00011 AMT $1,511,094 DTD 112796 TO Rockwell International, Collins Avionics & Comms Division, 350 Collins Rd Ne, Cedar Rapids Ia 52498-0001 CITE: (I-347 SN011517) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Portsmouth Naval Shipyard, Contracting Division, Portsmouth, NH 03801-2590 SUBJECT: P -- RADIOACTIVE WASTE VOLUME REDUCTION INCLUDING METAL MELTING, INCINERATION, AND SUPERCOMPACTION CNT N00102-97-C-2304 AMT $128,661.00 LINE 0001-0007 DTD 121296 TO The Scientific Ecology Gourp, 1560 Bear Creek Rd., Oak Ridge, TN 37831 CITE: (I-347 SN011197) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons South Central Regional Office, 4211 Cedar Springs Road Suite 201, Dallas, TX 75219 SUBJECT: Q -- DENTAL HYGIENIST POC Darren Doggett, Contract Specialist (214) 767-5008. CNT J151c-100 AMT $97,500.00 LINE N/A DTD 121096 TO Traci Kendrick, 1208 Nolan, Big Spring, TX 79720 CITE: (I-347 SN011251) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons South Central Regional Office, 4211 Cedar Springs Road Suite 201, Dallas, TX 75219 SUBJECT: Q -- PHLEBOTOMIST/LABORATORY ASSISTANT POC Darren Doggett, Contract Specialist, (214) 767-5008. CNT J151c-101 AMT $56,160.00 LINE N/A DTD 121096 TO Terri Sawyer, 607 W. 16th, Big Spring, TX 79720 CITE: (I-347 SN011252) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: R -- INDEPENDENT PATRIOT INTEGRATION ANALYSIS SUPPORT SERVICES POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205) 842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. CNT DAAH01-94-C-0105/P00055 AMT $546,130.06 LINE N/A DTD 121096 TO CAS Incorporated 650 Discovery Drive, P O Box 11190, Huntsville, AL, 35814 CITE: (I-347 SN011230) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: R--B-52 ENGINEERING SERVICES CNT F34601-93-C-0454P00069 AMT $8,009,617 DTD 112796 TO Boeing Defense And Space Group, Product Support Div Boeing Co, P O Box 7730, Wichita Ks 67277-7730 CITE: (I-347 SN011515) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: R--ENG SVC APPL TO-135 SERIES ACFT CNT F34601-96-C-0111P00035 AMT $249,000 DTD 112196 TO Boeing Defense And Space Group, Product Support Div Boeing Co, P O Box 7730, Wichita Ks 67277-7730 CITE: (I-347 SN011518) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: R--ALCM AGM86B ENGN SVCS CNT FD2030-97--30963 AMT $1,000,000 DTD 121096 TO Boeing Co, The Boeing Defense And Space Group, Po Box 3999, Seattle Wa 98124-3999 CITE: (I-347 SN011562) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: R--ENGINEERING SERVICES TO MAINTAIN USM 603 TEST SET CNT F41608-97-F-0016 AMT $183,497 DTD 111296 TO Wang Federal, Inc, 7900 Westpark Dr, Mclean Va 22102 4299 CITE: (I-347 SN011601) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NISE East, PO Box 190022, 4600 Marriott Drive, North Charleston, SC 29419-9022 SUBJECT: R--PROGRAM MANAGEMENT SUPPORT FOR NISE EAST BRAC TRANSITION COORDINATOR POC Patricia Godwin, Code 1113PG, (803)743-4991 CNT N65236-96-D-3801/N65236-96-R-8614 AMT $1,623,003 LINE N/A DTD 120196 TO US Small Business Administration - Washington, DC Capstone Corporation, 1800 Diagnol Rd, Ste 355, Alexandria, VA 22314 EMAILADD: godwinp@niseeast.nosc.mil EMAILDESC: CITE: (D-347 SN011736) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: S -- HAZARDOUS WASTE REMOVAL SERVICES POC Warren L. Ector, Contracting Officer, (214) 302-7523 CNT V549P-4152 AMT N/A LINE N/A DTD 120596 TO Environmental Management, Inc., P.O. Box 3940, Edmond, OK 73083-3940 CITE: (I-346 SN011067) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--CD-ROM POC N/A CNT Program 5545-S, TIPS CD-ROM AMT $216,000 DTD 120496 TO Imation Enterprises Corp., 1425 Parkway Drive, Menomonie, WI 54751 CITE: (W-346 SN011102) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 ELIZABETH, WV 26143-9998 POC Chester R. Hansen, Real Estate Specialist (910) 665-2831. CNT 362575-97-A-H015 AMT $52,287.75 DTD 120696 TO EPO Partnership, 2615 Dudley Avenue, Parkersburg, WV 26101-2650 CITE: (M-347 SN011184) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 HICO, WV 25834-9998 POC Chester R. Hansen, Real Estate Specialist, (910) 665-2831. CNT 362575-97-A-H013 AMT $33,500.00 DTD 120696 TO D.H. Land & Management, LLC, Box 685, Gauley Bridge, WV 25085-0685 CITE: (M-347 SN011185) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 MOUNT LOOKOUT WV 26678-9998 POC Chester R. Hansen, Real Estate Specialist, (910) 665-2831. CNT 362575-97-A-H014 AMT $23,000.00 DTD 120696 TO D.H. Land & Management, LLC, Box 685, Gauley Bridge WV 25085-0685 CITE: (M-347 SN011191) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Highway Administration, 610 East Fifth Street, Vancouver, WA 98661-3893 SUBJECT: Y -- HIGHWAY CONSTRUCTION, OR BLM ERFO 96-31(1), PRINEVILLE BLM DISTRICT, MAUPIN BLM ROADS CNT DTFH70-97-C-00007 AMT $1,515,150.00 LINE All Items DTD 120496 TO Elte, Inc., 25701 S.E. Highway 224, Boring, Oregon 97009 CITE: (I-347 SN011314) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La 70160 SUBJECT: Y -- ATCHAFALAYA BASIN, LEVEES WEST OF BERWICK, WAX LAKE WEST "B", LEVEE ENLARGEMENT AND BERMS, STA. 625+00 TO STA. 948+00, ST. MARY PARISH, LA CNT DACW29-97-C-0007 AMT $2,920,030.93 LINE Items 0001 through 0 DTD 121296 TO P.R. Contractors, Inc.; 14948 Jefferson Hwy.; Baton Rouge, LA 70817 CITE: (I-347 SN011359) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P.O. Box 209, Oceanside, CA 92049-0209 SUBJECT: Z--INDEFINITE QUANTITY GLASS AND WINDOW REPLACEMENT POC David Dickhoff, Contract Specialist, (619)725-3222 (Voice mail/fax). Contracting Officer is E Charette. CNT N68711-96-D-3983 AMT $10,000.00 LINE 0001 - 0216 DTD 121096 TO Selco Inc, 225 Stevens Ave, Suite 206, Solana Beach CA 92075 EMAILADD: dadickhoff@efdswest.navfac.navy.mil EMAILDESC: CA CITE: (D-346 SN011088) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 36th Contracting Squadron, 36 CONS/LGCU, Unit 14040, Andersen AFB Guam, APO AP 96543-4040 SUBJECT: Z--PAIP VIII, 62 UNITS MFH RENOVATION, ANDERSEN AFB, GUAM POC Dante Serneo or Sherry Wall, (671) 366-4682 or fax (671) 366-3242 CNT F64133-97-C0002 (Solicitation No. F64133-96-R0006) AMT $7,049,194.00 LINE 0001-0014 DTD 121096 TO Fargo Pacific, Inc., P.O. Box 2492, Agana, Guam 96932 Phone: (671) 646-1771 CITE: (W-346 SN011103) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 36th Contracting Squadron, 36 CONS/LGCU, Unit 14040, Andersen AFB Guam, APO AP 96543-4040 SUBJECT: Z--REPLACE WATER/SEWER LINES, ANDERSEN AFB, GUAM POC Sherry Wall, (671) 366-2354 or fax (671) 366-3242 CNT F64133-97-C0001 (Solicitation No. F64133-96-B0017) AMT $1,484,394.00 LINE 0001-0003 DTD 121296 TO Asanuma Corporation, P.O. Box 22108, GMF, GU 96921 Phone (671) 646-4243 CITE: (W-347 SN011121) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, 6 Griffin Rd. North, Windsor, CT 06006-0300 SUBJECT: Z -- ELEVATOR INSTALLATION - FULTON, NY MAIN POST OFFICE POC Val J. L. Wilson, USPS Project Manager, (860) 285-1258 CNT 082530-97-B-0042 AMT $152,350 LINE N/A DTD 112596 TO R&S Associates General Contractors, Inc., 22 Culvert St., Phoenix, NY 13135 CITE: (I-347 SN011233) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 23 Contracting Squadron/LGCC, 1443 Reilly Road, Suite C Pope AFB, NC 28308-2896 SUBJECT: Z -- ALTER/REPAIR PASSENGER TERMINAL, PROJECT NO. TMKH 95-1003A/B POC Mr Thomas W. Foster, Contract Administrator, Mr Martin M. Honan, Jr, Contracting Officer. CNT F31601-97-C0001 AMT $922,000.00 LINE CLINS 0001, 0002 AND DTD 121196 TO CEBCO Construction, Inc, P O Box 476, Spring Lake, NC 28390-0476 CITE: (I-347 SN011245) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX 76311-2739 SUBJECT: Z--RELOCATE FEEDER UNDERGROUND G AVE POC Points of Contact: LGCC/SSgt Russell Kneen, Contract Specialist, 817/676-3895; Contracting Officer - Colleen S Phipps, 817/676-5180. CNT F41612-97-MA003 AMT $50,882.00 LINE 0001 DTD 120296 TO Lloyd Thomas Co Inc, 802 Jacksboro Hwy, Wichita Falls TX 76301 CITE: (W-347 SN011327) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Z--REPLACE ROOFS, BUILDINGS 4188, 4189 AND 4190, FORT SAM HOUSTON, TEXAS POC Contract Specialist, Sharon Hair, (817) 978-3194 (Site Code DACA63) CNT DACA63-97-C-0006 AMT $693,353 DTD 121096 TO CORRUGATED ERECTORS INC, PO BOX 564, TEXARKANA, TX 755040564 CITE: (I-347 SN011339) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Engineering Services - Dallas, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348 SUBJECT: Z--CONSTRUCTION OF AN ESTIMATED 121 ON-SITE WASTEWATER SYSTEMS TO BE LOCATED ON OR NEAR THE TOHONO O'ODHAM RESERVATION, AZ POC Barry J. Prince, (214) 767-3492 CNT 161-97-0005 AMT $911,877.31 DTD 112296 TO Tohono O'odham Utility Authority, P.O. Box 816, Sells, AZ 85634 LINK ERROR-- LINKDESC: Systems CITE: (W-347 SN011363) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Directorate Of Contracting, Sa-Alc/Pkoe 1288 Growdon Road Bldg 1585, Kelly Afb, Texas 78241-5320 SUBJECT: Z--STORM COMPLIANCE MEASURE DRAINAGE 005,006,008,009 CNT F41650-96-B-0419 AMT $15,400,000 DTD 120496 TO Ihs Construction Inc, Po Box 8354, Corpus Christi Tx 78468 8354 CITE: (I-347 SN011381) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--REMOVE/INSTL LIGHTING B/3105 CNT F34650-96-R-0169 AMT $62,040 DTD 111896 TO Sunbelt Fire Protection Inc, 7924 E 15th St, Tulsa Ok 74112 7051 CITE: (I-347 SN011404) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--WHOLE HOUSE RENOVATION PH III MFH CNT F34650-96-B-0052 AMT $4,220,050 DTD 112096 TO J Morris & Assoc, 5353 S Hattie, Oklahoma City Ok 73129- CITE: (I-347 SN011405) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--UPGRADE HEATING SYSTEMS MULTIFACILITY CNT F34650-96-B-0036 AMT $2,065,000 DTD 112596 TO Locke Equipment Sales Co Inc, 1917 East Spruce Office B, Olathe Ks 66062 CITE: (I-347 SN011406) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--RENOVATE ALTITUDE TESTCHAMBER CNT F34650-96-B-0028 AMT $218,247 DTD 112196 TO 5 S Inc, 1407 Oklahoma Ave, Norman Ok 73071 7794 CITE: (I-347 SN011407) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--ZONE "A" AREA IMPROVEMENTS CNT F34650-96-B-0045 AMT $1,162,462 DTD 110596 TO J Morris & Assoc, 5353 S Hattie, Oklahoma City Ok 73129- CITE: (I-347 SN011431) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--RENOVATE B/5702 CNT F34650-96-R-0178 AMT $687,056 DTD 120296 TO Jim Sellers Construction Co, P O Box 1719, Sapulpa Ok 74067-0000 CITE: (I-347 SN011432) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: Z--REPLACE BOILERS, BLDG 177 CNT F09650-96-B-0079 AMT $3,716,600 DTD 112796 TO Delta Industrial Contractors Inc, 273 Pine Grove Rd, P O Box 66, Locust Grove Ga 30248-0066 CITE: (I-347 SN011451) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--ZONE "A" AREA IMPROVEMENTS CNT F34650-96-B-0045 AMT $1,162,462 DTD 110596 TO J Morris & Assoc, 5353 S Hattie, Oklahoma City Ok 73129- CITE: (I-347 SN011475) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106 SUBJECT: Z--RENOVATE B/5702 CNT F34650-96-R-0178 AMT $687,056 DTD 120296 TO Jim Sellers Construction Co, P O Box 1719, Sapulpa Ok 74067-0000 CITE: (I-347 SN011476) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of NAVFAC Contracts, NAS, 8851 Ocean Dr., Suite 139 Corpus Christi, TX 78419-5226 SUBJECT: Z -- FACILITIES SUPPORT ELEVATOR MAINTENANCE, NAS, CORPUS CHRISTI, TX POC Jacque Visosky, Contracting Officer, 512/939-2158. CNT N62467-96-C-7481 AMT $54,190.00 LINE N/A DTD 120196 TO Omni Elevator Company, 1730 E. Commerce Street, San Antonio, TX 78203 CITE: (I-347 SN011688) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WSH), Rock Island , IL 61299-7630 SUBJECT: 10 -- BARREL ASSEMBLY POC Contract Specialist: Cean Hartleben (309) 782-3429, PCO: Brian W. Schmidt (309) 782-8490 CNT DAAE20-96D0006/0001 AMT $219,991 LINE N/A DTD 121096 TO Lan Cay Inc., 600 4th St., Carrollton, KY 41008 CITE: (I-347 SN011722) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WSV), Rock Island , IL 61299-7630 SUBJECT: 10 -- ALIGNMENT GUIDE ASSEMBLY AND FEED TRAY POC Contract Specialist: Teresa Stottlemyre (309) 782-4626, PCO: Brian W. Schmidt (309) 782-8490 CNT DAAE20-97C0080 AMT $49,464 LINE N/A DTD 121296 TO Apache Enterprises, Inc., 2985 Red Hawk Dr., Grand Prairie, TX 75052 CITE: (I-347 SN011723) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-D, Bldg10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 10 -- ANTI-REFLECTION DEVICES (ARD) POC Janice Finkelstein e-mail=jfinkel, Contract Specialist, 201-724-7510, Catherine E. John-Angle, Contracting Officer, 201-724-3214. CNT DAAE30-97-C-0035 AMT $41,240.00 LINE N/A DTD 112696 TO Tenebraex Corporation, One Kendall Sq., Bldg. 100, Cambridge, MA 02139 CITE: (I-347 SN011727) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--DET TRANS ASSY --1377012009013ES CNT F42630-96-R-60706 AMT $140,395 DTD 112196 TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk, Fairfield Ca 94533-0659 CITE: (I-347 SN011483) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--FIRE EXT CTG --1377012340912ES CNT F42630-97-M-0045 AMT $83,632 DTD 112796 TO Applied Energy Technology Corp, 2105 South Hardy Drive #20, Tempe Az 85282-1924 CITE: (I-347 SN011485) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--FIRE EXT CARTRIDGE --1377012258235ES CNT F42630-96-M-1771 AMT $70,077 DTD 120396 TO Applied Energy Technology Corp, 2105 South Hardy Drive #20, Tempe Az 85282-1924 CITE: (I-347 SN011652) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--OUTPUT INITIATOR --1377012797181ES CNT F42630-96-R-2045 AMT $125,812 DTD 120396 TO Teledyne Mccormick Selph, 3601 Union Road, P O Box 6, Hollister Ca 95024 0006 CITE: (I-347 SN011656) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--DROGUE GUN --1377010533658ES CNT F42630-96-R-2041 AMT $142,342 DTD 120496 TO Universal Propulsion Co Inc, 25401 North Central Avenue, Phoenix Az 85027-7899 CITE: (I-347 SN011659) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--CHARGE ASSY] --1377012077092ES CNT F42630-97-M-0063 AMT $34,751 DTD 112796 TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk, Fairfield Ca 94533-0659 CITE: (I-347 SN011662) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--TRANSFER, ONE WAY --1377012422036ES CNT F42630-97-M-0118 AMT $29,749 DTD 120396 TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk, Fairfield Ca 94533-0659 CITE: (I-347 SN011664) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS 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 CNT SP0920-97-M-0833 AMT $51,750.00 LINE 0002 DTD 121296 TO Projects unlimited Inc 3680 wyse Rd P.O.Box 14538 Dayton OH 45414-5802 CITE: (I-347 SN011172) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 14 -- RESOLVER, MOUNT ASSEMBLY POC Geraldine Williams, Contract Specialist, AMSMI-AC-CDBA, 205-876-7288 Margaret King, Contracting Officer, AMSMI-AC-CDBA, 205-842-7553. CNT DAAH01-97-P-0224 AMT $46,750.00 LINE N/A DTD 121096 TO GSE Dynamics Inc 25 Corporate Dr, P O Box 13248 Hauppauge, NY 11788-2021 CITE: (I-347 SN011725) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 15 -- CENTER WING SECTION POC Tammy Bingham, Contract Specialist (PCD) AMSMI-AC-CDBB 205 876-5287 Roberta B. Bodine, Contracting Officer AMSMI-AC-CDBB 205 842-6113. CNT DAAH01-97-P-0258 AMT $77,309.88 LINE N/A DTD 120696 TO Raytheon Aircraft 9709 E. Central P. O. Box 85 Wichita, Kansas 67201 CITE: (I-347 SN011275) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 15--CLOSURE SPAR L.H. --1560011462297FX CNT F09603-96-R-20369 AMT $61,985 DTD 112596 TO Monitor Aerospace Corp, 1000 New Horizons Blvd, Amityville Ny 11701-1130 CITE: (I-347 SN011446) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--KC-135 REENGINING KIT HARDWARE PROGRAM --1560 CNT F34601-94-C-0067P00021 AMT $95,500 DTD 103096 TO Boeing Defense And Space Group, Product Support Div Boeing Co, P O Box 7730, Wichita Ks 67277-7730 CITE: (I-347 SN011516) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--ADAPTER, FAN DUCT/CHORD --1560011753965FL CNT FD2030-96--01342 AMT $193,000 DTD 112596 TO Boeing Co, The Boeing Defense And Space Group, Po Box 3999, Seattle Wa 98124-3999 CITE: (I-347 SN011533) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--PARACHUTE ASSEMBLY, STABILIZATION SOL SP0460-97-Q-B155 CNT SP0460-97-M-2367 AMT $59,400.00 LINE 0001 DTD 121196 TO Syndex recovery systems Inc 3415B W lomita Blvd Torrance CA 90505 CITE: (I-346 SN011107) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--PRESSURE ASSY; P/N 7820135-1; 45 EA --1660011388624BO CNT FD2030-96-0-9152 AMT $84,090 DTD 112596 TO Conax Florida Corporation, 2801 75th St North, St Petersburg Fl 33710 2936 CITE: (I-347 SN011276) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--KIT KD 9; P/N 50707; 49 EA --1650007867093 CNT FD2030-97-0-8035 AMT $43,414 DTD 112596 TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer Ave, Kalamazoo Mi 49001-4165 CITE: (I-347 SN011277) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--HYDRAULIC SPARE: B1B AIRCRAFT; P/N 717633; 51 EA -- 1650012105135 CNT FD2030-97-0-6021 AMT $129,290 DTD 112596 TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002 CITE: (I-347 SN011279) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--CONTROL UNIT,P/N:899944-01,APPL:KC-135 TANKER ACFT -- 1680011464911 CNT FD2050-96--16240 AMT $47,222 DTD 112796 TO Kidde Technologies Inc, 4200 Airport Dr Nw, Wilson Nc 27893-9643 CITE: (I-347 SN011364) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--EMERGENCY CONTROLLER,VARIOUS P/N'S AND QTY --1680012585608 CNT F41608-97-R-23625 AMT $54,600 DTD 112696 TO Texas Aerospace Services Inc, 3550 Maple Street, Abilene Tx 79602-7130 CITE: (I-347 SN011367) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--HOUSING SPOOL ASSEMBLY; P/N 28003347-013; 92 EA -- 1650010834884 CNT FD2030-97-0-6064 AMT $49,161 DTD 120296 TO Hr Textron Inc, Controls Div, 25200 W Rye Canyon Rd, Valencia Ca 91355-1204 CITE: (I-347 SN011392) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--CYLINDER ASSEMBLY; P/N 3831251-13; 9 EA --1650003150859 CNT FD2030-97-0-6014 AMT $63,864 DTD 112796 TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer Ave, Kalamazoo Mi 49001-4165 CITE: (I-347 SN011393) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--HYDRAULIC SPARE; B1B AIRCRAFT; P/N 718534; 57 EA -- 1650012100001 CNT FD2030-95-0-6036 AMT $422,971 DTD 112796 TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002 CITE: (I-347 SN011394) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 16--FILTER --1610006513870 CNT F09603-96-R-11894 AMT $64,180 DTD 112796 TO Western Filter Corp, 26235 Technology Dr, Valencia Ca 91355-0000 CITE: (I-347 SN011447) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 16--NET, CARGO TIEDOWN, TOP TYPE II, HCU 15/C --1670009694103CT CNT F09603-96-R-70095 AMT $1,900,899 DTD 112796 TO Kinedyne Corp, 3701 Greenway Cr, Lawrence Ks 66046-5442 CITE: (I-347 SN011449) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--ARMATURE ANTI-SKID --1630009496772 CNT F09603-91-G-0023QP6G AMT $287,380 DTD 112096 TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron Oh 44306-4186 CITE: (I-347 SN011478) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PISTON ASSY --1620010710538 CNT F42630-96-R-67279 AMT $664,860 DTD 112096 TO Daf Special Products B.V., Eindhovenseweg 120/Postbus 436, 5660 Ak Geldrop, The Netherlands CITE: (I-347 SN011479) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--KEY ROTOR DRIVE --1630010830324 CNT F42630-96-R-68242 AMT $486,528 DTD 111896 TO United Valve Corp, 345 Hawaii Street, Po Box 999, El Segundo Ca 90245 0999 CITE: (I-347 SN011480) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--C5 A/B MAIN LANDING GEAR SPLINED TUBE --1620001157393 CNT F42630-96-R-67215 AMT $520,704 DTD 111896 TO Mcswain Mfg Co, 189 Container Place, Cincinnati Oh 45246-1708 CITE: (I-347 SN011482) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--KIT, F15 C&D ACFT. --1630010827692 CNT F42630-96-R-68235 AMT $148,090 DTD 112196 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011484) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--HOUSING ASSY; P/N 3293031-13; 14 EA --1650003052081 CNT FD2030-97-0-6012 AMT $49,000 DTD 120596 TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer Ave, Kalamazoo Mi 49001-4165 CITE: (I-347 SN011514) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--HYDRAULIC SPARE: B1B AIRCRAFT; P/N 713343B; 13 EA -- 1650012099993 CNT FD2030-97-0-6003 AMT $47,850 DTD 120996 TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002 CITE: (I-347 SN011540) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 16--VALVE; P/N OMP2834-3; 7 EA --1650009465472 CNT F34601-96-R-07210 AMT $57,071 DTD 120696 TO Ozone Industries Inc, 29 Industrial Park Road, East Lyme Ct 06333- CITE: (I-347 SN011543) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--ACTUATOR,ELECTRO MECHANICAL,P/N:R15016-15E-1,APPL:F15-- 1680012283822 CNT FD2050-97--16008 AMT $31,160 DTD 120696 TO Gec/Marconi Aerospace Inc, 110 Algonquin Pky, Whippany Nj 07981-1640 CITE: (I-347 SN011588) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--SHOCK ABSORBER, PN 5-89525-6, 25 EACH --1680008951058 CNT F41608-97-R-16015 AMT $125,475 DTD 120596 TO Downey Mfg Inc, 11421 Downey Ave, Downey Ca 90241-4934 CITE: (I-347 SN011595) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--BRAKE HOUSING APPL: C-141 ACFT --1630013447762 CNT F09603-91-G-0023QP3A AMT $1,109,375 DTD 112596 TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron Oh 44306-4186 CITE: (I-347 SN011628) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PISTON OUTER --1620012007131 CNT F42630-96-R-67229 AMT $131,182 DTD 111996 TO Hydromach Inc, 9030 Owensmouth Avenue, Canoga Park Ca 91304-1416 CITE: (I-347 SN011631) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--ARM STEERING SUPPORT NLG --1620003051726 CNT F42630-96-R-67702 AMT $270,864 DTD 112096 TO Cagas Precision & Research Corp, Rt 2 Box 88-S, Bedford Va 24523-9608 CITE: (I-347 SN011632) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--DRAG BEAM TRUNNION --1620007673360 CNT F42630-96-R-67292 AMT $214,677 DTD 110696 TO Sargent Controls & Aerospace, A Dover Diversified Company, 5675 W Burlingame, Tucson Az 85743- CITE: (I-347 SN011633) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--MLG BRAKE TORQUE, PIN ASSY --1620011825899 CNT F42630-96-R-68333 AMT $67,865 DTD 111596 TO C M Manufacturing Incorporated, 690 Avon Belden Road, Avon Lake Oh 44012- CITE: (I-347 SN011635) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PLATE ASSY BACK --1630010054189 CNT F42630-96-R-68258 AMT $242,713 DTD 112096 TO Nasco Aircraft Brake Inc, 13300 Estrella Ave, Gardena Ca 90248-1519 CITE: (I-347 SN011636) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--HOUSING BRAKE --1630010659469 CNT F42630-96-R-67355 AMT $141,740 DTD 112096 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011637) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--SHAFT, SWIVEL, HYDRAULIC, MLG SHOCK --1620003394345 CNT F42630-96-M-1400 AMT $42,150 DTD 111996 TO Coltec Industries Inc, Menasco Aerosystems Division, 4000 South Hwy 157, Euless Tx 76040-7012 CITE: (I-347 SN011639) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--NUT AXLE --1620010141859 CNT F42630-96-M-1508 AMT $25,357 DTD 121896 TO Special Projects Mfg Co Inc, 7601 Wyatt Dr, Fort Worth Tx 76108-2530 CITE: (I-347 SN011641) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--INSERT, ROTOR --1630011392806 CNT F42630-96-M-1559 AMT $76,133 DTD 112096 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011643) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--HEAT SHIELD --1630010730595 CNT F42630-96-M-1636 AMT $40,878 DTD 112096 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011645) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--CABLE ASSY, ELECTRIC --1620010749060 CNT F42630-96-M-1654 AMT $35,250 DTD 111996 TO Richard Manufacturing Co, 950 W Kershaw St, Ogden Ut 84401-3404 CITE: (I-347 SN011646) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--TORQUE ARM COLLAR --1620000071787 CNT F42630-96-M-1703 AMT $45,573 DTD 111996 TO Cagas Precision & Research Corp, Rt 2 Box 88-S, Bedford Va 24523-9608 CITE: (I-347 SN011648) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--SHIELD, HEAT --1630010730595 CNT F42630-96-M-1813 AMT $60,878 DTD 112796 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011653) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--LOWER JURY MLG BRACE ASSY --1620011431118 CNT F42630-96-R-6718002 AMT $26,477 DTD 112196 TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland Oh 44105-2054 CITE: (I-347 SN011655) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--DUAL VALVE PRESSURE CONTROL --1630011401949LE CNT F42630-96-R-67237 AMT $450,000 DTD 112296 TO Hydro-Aire, Crane Co, 3000 Winona Avenue, Burbank Ca 91510-2572 CITE: (I-347 SN011657) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--CYLINDER, LANDING GEAR L/H --1620009393261 CNT F42630-96-R-03048 AMT $149,508 DTD 112596 TO Coltec Industries Inc, Menasco Aerosystems Division, 4000 South Hwy 157, Euless Tx 76040-7012 CITE: (I-347 SN011658) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--DOWN LOCK CYLINDER --1620006000508 CNT F42630-97-M-0029 AMT $35,100 DTD 112096 TO Loud Engineering & Mfg Inc, 1055 East Francis Street, P O Box 3339, Ontario Ca 91761-0934 CITE: (I-347 SN011661) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--END CAP ASSEMBLY, F-16 AIRCRAFT LG --1620010602797 CNT F42630-97-M-0135 AMT $55,801 DTD 120296 TO Arkwin Industries Inc, 686 Main Street, Westbury Ny 11590-5018 CITE: (I-347 SN011665) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--ROD END ASSY --1620010651758 CNT F42630-97-M-0137 AMT $28,550 DTD 120496 TO International Precision Inc, 9526 Vassar Avenue, P O Box 4839, Chatsworth Ca 91313-0000 CITE: (I-347 SN011666) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--FITTING, NOSE GEAR, KC135 ACFT --1620003042003 CNT F42630-97-M-0180 AMT $29,299 DTD 120496 TO Laumann Mfg Corp, 155 Comac Street, Ronkonkoma Ny 11779-6932 CITE: (I-347 SN011667) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 17 -- REPAIR OF REPAIRABLES (ROR) IN SUPPORT OF THE FOLLOWING TEST STANDS: VALVE HOUSING, P/N 9770-0553 AND HYDRAULIC P/N HCT-12 POC Kathleen Kiley, Contract Specialist Code 213KK, (908) 323-5197. Contracting Officer is F. Hufnell. CNT N68335-97-G-0045 AMT $4,000,000.00 LINE N/A DTD 120496 TO AAI/ACL Technologies, 1505 East Warner Ave., Santa Ana, CA 92705- 5419. CITE: (I-346 SN011075) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--SEA ANCHOR SOL SP0451-96-Q-WF10 CNT SP0490-97-M-AD96 AMT $41,438.65 LINE 0001 DTD 121196 TO Pioneer aerospace Corp Mfg Div 45 S satellite Rd South Windsor CT 06074 CITE: (I-346 SN011110) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Portsmouth Naval Shipyard, Contracting Division, Portsmouth, NH 03801-2590 SUBJECT: 20 -- SLEEVE, SHAFT, MAIN CNT N00102-97-M-0917 AMT $70,540.00 LINE 0001 DTD 120996 TO Wisconsin Centrifugal Inc., 905 E. St. Paul Avenue, Waudesha, WI 53188 CITE: (I-347 SN011222) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--HMMWV A2 CNT DAAE0796DX0010017 AMT $15,740,317 DTD 112596 TO AM General Corp, 105 N Niles Ave South Bend, IN466347025 CITE: (I-346 SN011098) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--AXLE ASSEMBLY V CNT DAAE0797CT034 AMT $227,360 DTD 103196 TO Oshkosh Truck Corp, 2307 Oregon St Oshkosh, WI549032566 CITE: (I-346 SN011094) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 26--TIRE PNEUMATIC CNT DAAE0796DM0640002 AMT $537,510 DTD 120596 TO Michelin North America Inc, 1 Parkway S Greenville, SC296029001 CITE: (I-346 SN011101) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--ADAPTER SPLINED CNT DAAE0797CT062 AMT $240,382 DTD 120396 TO Dover Tool Co, 297 Orland St Bridgeport, CT066052220 CITE: (I-346 SN011097) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--CAP, COMBUSTION CHAM SOL SP0480-96-Q-W608 CNT N00383-95-G-M122-TY42 AMT $55,946.04 LINE 0001 THROUGH 0003 DTD 121196 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-346 SN011106) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--STG 4 VANE; P/N 9526M64G12; 75 EA --2840013153262PR CNT FD2030-96-4-9847 AMT $30,115 DTD 112596 TO General Electric Co Aircraft Engine, Mail Drop H319, One Neumann Way, Cincinnati Oh 45215-6301 CITE: (I-347 SN011278) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SEAL; P/N 729581; 114 EA --2840008003963RV CNT F34601-96-Q-53220 AMT $40,005 DTD 112596 TO Columbia Manufacturing Inc, P.O. Box 368, Columbia Ct 06237-0368 CITE: (I-347 SN011293) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--BEARING SEAL ASSY; P/N 754819; 102 EA --2840010446882PQ CNT F34601-97-Q-0011 AMT $67,728 DTD 112696 TO Stein Seal Co, Po Box 316, Kulpsville Pa 19443-0316 CITE: (I-347 SN011294) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--PANEL ASSY ACOUSTICAL; P/N 305-026-014-0; 195 EA -- 2840011831906PN CNT FD2030-97-4-9323 AMT $114,718 DTD 120296 TO Cfm International, Po Box 15514, Cincinnati Oh 45215-0514 CITE: (I-347 SN011395) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--STAGE 3 SHROUD; P/N 1283M23G01; 716 EA --2840011465724JF CNT F34601-96-Q-49884 AMT $71,564 DTD 112796 TO Tool Sales And Service, 1201 Hillsmith Dr, Cincinnati Oh 45215-1244 CITE: (I-347 SN011398) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--COVER ASSY, COMPRESSOR --2840006700629PE CNT F41608-96-R-49869 AMT $41,902 DTD 112296 TO Teledyne Ryan Aeronautical, Tcae Turbine Engine Unit, 1330 Laskey Rd, P O Box 6971, Toledo Oh 43612-0971 CITE: (I-347 SN011410) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--HPT ROTATING AIR SEAL/TF39 ENG --2840001111013PS CNT F41608-96-R-49666 AMT $233,740 DTD 112696 TO General Electric Aircraft Engines, Engine Support Operations, 10083 International Blvd, Cincinnati Oh 45216-0000 CITE: (I-347 SN011411) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--1 ST STAGE NOZZLE SUPPORT; P/N 9507M45G05; 23 EA -- 2840013226205PR CNT F34601-96-R-49908 AMT $108,336 DTD 120396 TO Palmer Mfg Co Inc, P O Box K, Malden Ma 02148-0911 CITE: (I-347 SN011423) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--DIVERGENT FLAP; P/N 5051M72G05; 49 EA --2840013576395PR CNT F34601-96-R-49914 AMT $78,000 DTD 120396 TO Aba Industries Inc, 10260 U S 19 North, Pinellas Park Fl 34666-9000 CITE: (I-347 SN011424) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SEAL-STATIONARY INNER AIRSEAL FOR 2ND --2840011599631RV CNT F34601-96-Q-53261 AMT $32,514 DTD 112796 TO Demusz Mfg Co Inc, 303 Burnham St, East Hartford Ct 06108-1131 CITE: (I-347 SN011425) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--BLADE, COMPRESSOR, STAGE 13 --2840003921103PT CNT F34601-94-G-0028SAXU AMT $802,037 DTD 112696 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-347 SN011453) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 28--BOSS BYPASS --2840012427801PT CNT F41608-97-M-0387 AMT $30,981 DTD 112796 TO Dean Machine Products Inc, 102 Colonial Rd, Machester Ct 06040-2356 CITE: (I-347 SN011456) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--1 ST STAGE NOZZLE SUPPORT; P/N 9507M45G05; 23 EA -- 2840013226205PR CNT F34601-96-R-49908 AMT $108,336 DTD 120396 TO Palmer Mfg Co Inc, P O Box K, Malden Ma 02148-0911 CITE: (I-347 SN011467) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--DIVERGENT FLAP; P/N 5051M72G05; 49 EA --2840013576395PR CNT F34601-96-R-49914 AMT $78,000 DTD 120396 TO Aba Industries Inc, 10260 U S 19 North, Pinellas Park Fl 34666-9000 CITE: (I-347 SN011468) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SEAL-STATIONARY INNER AIRSEAL FOR 2ND --2840011599631RV CNT F34601-96-Q-53261 AMT $32,514 DTD 112796 TO Demusz Mfg Co Inc, 303 Burnham St, East Hartford Ct 06108-1131 CITE: (I-347 SN011469) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SEAL RING; P/N 5040T78G03; 73 EA --2840011470472PL CNT F34601-96-R-53443 AMT $37,741 DTD 120496 TO Metro Machine Works Inc, 11977 Harrison St, Romulus Mi 48174-2717 CITE: (I-347 SN011490) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SHROUD; P/N 734873; 69 EA --2840011606491RV CNT F34601-96-R-0086 AMT $172,224 DTD 120496 TO Ambel Precision Mfg Corp, Po Box 730, Bethel Ct 06801-0000 CITE: (I-347 SN011491) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--STATOR; APPL: TF33 ENGINE; P/N 766595; 282 EA -- 2840010045772RV CNT F34601-96-R-52841 AMT $6,654,354 DTD 120596 TO Electro-Methods Inc, Po Box 54, 330 Governors Hwy, South Windsor Ct 06074-2422 CITE: (I-347 SN011528) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--CASE ASSY: APPL: TF33 ENGINES; P/N 696249; 9 EA -- 2840011606494RV CNT FD2030-96-5-3451 AMT $447,750 DTD 121096 TO United Technologies/Pratt & Whitney, Government Products Division, Po Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-347 SN011547) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SPARE PARTS APPLICABLE TO THE TF33 --2840011679585RV CNT F34601-96-R-53337 AMT $328,950 DTD 121096 TO Ambel Precision Mfg Corp, Po Box 730, Bethel Ct 06801-0000 CITE: (I-347 SN011548) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SPACER, COMPRESSOR ROTOR APPLICABLE TO --2840007888175PL CNT F34601-96-Q-53128 AMT $33,770 DTD 121196 TO Demusz Mfg Co Inc, 303 Burnham St, East Hartford Ct 06108-1131 CITE: (I-347 SN011564) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 28--BOSS, BYPASS --2840012422028PT CNT F34601-94-G-0028SAYF AMT $35,068 DTD 120496 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-347 SN011589) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 28--WHEEL COMPRESSOR 8TH STAGE --2840014144870RW CNT F41608-96-R-46140 AMT $751,735 DTD 120596 TO Allison Engine Company, P O Box 420, Indianapolis In 46206-0420 CITE: (I-347 SN011590) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--OUTPUT COUPLING, APPL: F15 ACFT, P/N: 2489963-S -- 2835010940967 CNT F41608-96-R-40046 AMT $843,547 DTD 120296 TO Lucas Aerospace, Power Transmission Corp, 211 Seward Ave/ Po Box 457, Utica Ny 13503-0000 CITE: (I-347 SN011596) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 28--CONE ASSY --2840007901464RW CNT F41608-96-R-46366 AMT $166,586 DTD 120396 TO C.F. Roark Welding & Eng Co., Inc, 136 N Green St, Brownsburg In 46112-1238 CITE: (I-347 SN011598) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 29--RADIATOR ENGINE CNT DAAE0796CT530 AMT $788,926 DTD 100196 TO Indiana heat transfer, 500 W Harrison Plymouth, IN46563 CITE: (I-346 SN011093) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 29--COIL IGNITION CNT DAAE0797CT069 AMT $218,592 DTD 120496 TO Champion Aviation Products, 1230 old Norris Rd. Liberty, SC296570686 CITE: (I-346 SN011099) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 29--VALVE, STRAINER SOL SP0500-97-Q-A180 CNT N00383-96-G-005D-TZ63 AMT $67,488.40 LINE 0001 DTD 121296 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-347 SN011202) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 29--LIMITER; P/N 1433-643377; 139 EA --2995009411191RV CNT FD2030-96-5-3447 AMT $64,079 DTD 112596 TO Ontic Engineering And Mfg Inc, Po Box 7044, North Hollywood Ca 91609-0510 CITE: (I-347 SN011292) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 29--FILTER ELEMENT; P/N 387622; 891 EA --2915008182953RV CNT F34601-96-Q-53472 AMT $26,320 DTD 120296 TO Facet Enterprises Inc, Filter Products Division, 8439 Triad Dr, Greensboro nc 27409-9018 CITE: (I-347 SN011399) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 29--HOUSING ASSY APPL: TF33 ENGINES; P/N 790319; 28 EA-- 2995012121111RV CNT FD2030-97-5-2863 AMT $41,860 DTD 121096 TO Galaxy Aircraft Parts Inc, 427 Palm Ave, Hialeah Fl 33010-0000 CITE: (I-347 SN011550) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 29--CARTRIDGE ASSY, P/N: 2491-1, APPL: F-16 ACFT -- 2915012355188FS CNT F41608-96-Q-38550 AMT $113,378 DTD 120296 TO Howden Fluid Systems, 72 Santa Felicia Dr, Santa Barbara Ca 93117-2893 CITE: (I-347 SN011597) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--BUSHING, SLEEVE SOL SP0500-97-Q-A281 CNT SP0500-97-M-R600 AMT $62,684.44 LINE 0001 THROUGH 0002 DTD 121296 TO Moeller Mfg Co Inc 30100 Beck Rd P.O.Box P O Box 438 wixom MI 48393-0438 CITE: (I-347 SN011199) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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, ASSEMBLY SOL SP0500-96-Q-ML10 CNT SP0500-97-M-T051 AMT $99,949.80 LINE 0001AA THROUGH 0001A DTD 121296 TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury CT 06810-7505 CITE: (I-347 SN011201) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, PLAIN, SELF ALIGNING SOL SP0500-96-Q-RL93 CNT F09603-94-G-0050-TZ4R AMT $26,400.00 LINE 0001 DTD 121296 TO Lord Corp Mechanical Products Div 1635 W 12TH St P O Box 10039 Erie PA 16514 CITE: (I-347 SN011203) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--ROLLER BEARING --3110010556197LE CNT F42630-96-R-67622 AMT $243,444 DTD 112796 TO The Timken Co, 1835 Dueber Avenue Sw, Canton Oh 44706-2728 CITE: (I-347 SN011634) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--BUSHING SLEEVE --3120013183565LE CNT F42630-96-M-1717 AMT $56,542 DTD 111996 TO Mayday Mfg Co, 2400 Justin Road, Po Box 603, Lewisville Tx 75067 0603 CITE: (I-347 SN011649) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--BUSHING SLEEVE --3120013161146LE CNT F42630-96-M-1875 AMT $57,700 DTD 112096 TO Mayday Mfg Co, 2400 Justin Road, Po Box 603, Lewisville Tx 75067 0603 CITE: (I-347 SN011654) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--BUSHING OVERSIZE --3120013165580LE CNT F42630-97-R-70064 AMT $29,303 DTD 112796 TO Hackman Bearings Inc, Mills Engineering Division, 13987 Pioneer Road Unit 4, Apple Valley Ca 92307 CITE: (I-347 SN011660) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--BUSHING --3120012279907LE CNT F42630-97-M-0106 AMT $36,722 DTD 120496 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011663) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 41 -- COOLING COIL POC A. Ross CNT N00406-97-C-5032 AMT $178,024 LINE N/A DTD 121196 TO marol coil 6060 highway pp high ridge mo 63049 CITE: (I-347 SN011259) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 42--RESPIRATOR EQUIPMENT CNT SP0450-97-D-4020 AMT $26,430.61 LINE 0001 THROUGH 0102 DTD 010197 TO Racal health & safety Inc 7305 executive way Frederick, MD 21701 CITE: (I-346 SN011112) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--HEAD, SPRINKLER, FIRE SOL SP0740-96-R-0974 CNT SP0740-97-C-0906 AMT $60,709.16 LINE 0001 DTD 121296 TO Kidde Technologies Inc Walter Kidde Aerospace Div 4200 Airport Dr NW Wilson NC 27893-9643 CITE: (I-347 SN011145) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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, ROTARY. SOL SP0770-96-R-6892 CNT SP0770-97-C-3772 AMT $150,450.00 LINE 0001 THROUGH 0003 DTD 121296 TO Ontic Engineering and Mfg Inc 7230 Coldwater Canyon Ave P O Box 7044 North Hollywood CA 91609-0510 CITE: (I-347 SN011147) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--RETAINER, SLIPPER, MATCHED SET. SOL SP0740-96-Q-8882 CNT SP0740-97-M-9021 AMT $53,251.80 LINE 0001 THROUGH 0002 DTD 121296 TO Bertot Industries Inc 23 Malcolm St Morristown NJ 07960-4205 CITE: (I-347 SN011148) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 43--KIT KD 9; P/N 121-12-02; 103 EA --4320000504944HS CNT FD2030-96-0-9141 AMT $69,611 DTD 112696 TO Kitco Inc, Po Box 900, Springville Ut 84663-0900 CITE: (I-347 SN011280) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 47--COUPLING MANIFOLD,FUELING --4730011862501PT CNT F41608-96-R-44466 AMT $249,805 DTD 120296 TO Tube Bends Inc, 206 Newington Ave, New Britain Ct 06051-2130 CITE: (I-347 SN011573) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 SP0770-97-Q-MA06 CNT SP0770-97-M-DN26 AMT $56,996.50 LINE 0001 THROUGH 0002 DTD 121296 TO M C aerospace Corp 118 Indianwood Rd P.O.Box 126 Lake Orion MI 48362 CITE: (I-347 SN011146) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 48--SELECTOR SET; P/N 30107-1; --4810004433232HS CNT F34601-97-R-06047 AMT $103,620 DTD 120296 TO E-Systems Inc, Montek Div, 2268 S 3270 W, Salt Lake City Ut 84119 1112 CITE: (I-347 SN011396) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 48--RTR BRAKE QUILL, APPL: H-1 HELICOPTER --4820013628610GA CNT F09603-96-R-61354 AMT $216,866 DTD 112796 TO Bell Helicopter, Sub Of Textron Inc, 601 E Hurst Blvd Po Box 482, Fort Worth Tx 76101-0000 CITE: (I-347 SN011440) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 48--VALVE,VARIOUS P/N,QTY,AND STOCK NUMBERS --4810005474908 CNT F41608-96-R-23657 AMT $55,460 DTD 120296 TO Texas Aerospace Services Inc, 3550 Maple Street, Abilene Tx 79602-7130 CITE: (I-347 SN011455) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 48--VALVE, RELIEF, PRESSURE --4820013052038PT CNT F41608-96-R-44456 AMT $126,542 DTD 120396 TO Pall Aeropower Corp, Aircraft Porous Media Div, 6301 49th St North, Pinellas Park Fl 34665-5798 CITE: (I-347 SN011575) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 48 -- VALVE, SOLENOID POC Angela Branch, Contract Specialist, AMSMI-AC-CDBA, 205-876-0324 Margaret King, Contracting Officer, AMSMI-AC-CDBA, 205-842-7553. CNT DAAH01-97-P-0192 AMT $50,882.00 LINE N/A DTD 120696 TO Westfield Hydraulics Inc 10275 Glenoaks Blvd Unit 8 Pacomima, CA 91331-1605 CITE: (I-347 SN011726) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 49--JET CAL ANALYZER, APPLICATION: MULTI --4920012682007 CNT F41608-96-R-13016 AMT $292,425 DTD 112196 TO Howell Instruments Inc, 3479 W Vickery Blvd, Fort Worth Tx 76107-5722 CITE: (I-347 SN011365) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 49--KIT --4920-00-3491554 CNT F41608-97-M-0046 AMT $30,375 DTD 120297 TO Testek Inc, 12271 Globe St, Livonia Mi 48150-1142 CITE: (I-347 SN011576) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 52--SPARE PART APPLICABLE TO THE TF33; P/N PWA35052B; 3 E-- 5220004117412RV CNT FD2030-96-3-2478 AMT $32,682 DTD 120996 TO Compair Inc, 1285 Rollins Rd, Burlingame Ca 94010-2416 CITE: (I-347 SN011545) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--SCREW, MACHINE SOL SP0500-97-Q-4483 CNT N00383-95-G-M121-TZ2X AMT $58,400.00 LINE 0001 DTD 121296 TO Alliedsignal Inc DBA Allied Signal aerospace Co aircraft landing systems 3520 W Westmoor Street South Bend IN 46628-1373 CITE: (I-347 SN011198) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BRACKET MOUNTING ASSY SOL SP0500-96-Q-1274 CNT SP0500-97-M-R784 AMT $76,465.00 LINE 0001 DTD 121296 TO Command enterprises 700 N delsea Dr Pitman NJ 08071-1244 CITE: (I-347 SN011200) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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, TIE-ROD SOL 97T714-62-P-0500 CNT SP0500-97-M-P918 AMT $26,400.00 LINE 0001 THROUGH 0002 DTD 121296 TO Winslow automatic Inc 23 St claire Ave New Britain CT 06051-1630 CITE: (I-347 SN011204) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 53--MACHINE BOLT; 800 EA --5306011752767 CNT LPP296-32-0-0113 AMT $44,000 DTD 112596 TO Cfm International, Po Box 15514, Cincinnati Oh 45215-0514 CITE: (I-347 SN011283) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--F15 MLG TORSIONAL DOWNLOCK SPRING --5360013200868LE CNT F42630-96-R-69841 AMT $106,797 DTD 112796 TO Phoenix Spring Co, 1535 West Elna Rae Street, Tempe Az 85281-0161 CITE: (I-347 SN011481) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 53--BOLT/TF39 ENGINE --5306003108630PS CNT F41608-96-R-50105 AMT $46,206 DTD 120496 TO Morton Manufacturing, 17341 W Sierra Hwy, Santa Clarita Ca 91351-0000 CITE: (I-347 SN011574) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 53--SEAL RING --5330007582965RW CNT F41608-96-R-46406 AMT $111,493 DTD 120396 TO Kaydon Corp, Ring & Seal Division, P O Box 626, Baltimore Md 21203-0626 CITE: (I-347 SN011591) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--WASHER, DOUBLE RECESSED --5310012827873LE CNT F09603-91-G-0023QP7L AMT $51,334 DTD 111996 TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron Oh 44306-4186 CITE: (I-347 SN011629) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--GLAND NUT --5365011782862LE CNT F42630-96-M-1389 AMT $50,283 DTD 112796 TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland Oh 44105-2054 CITE: (I-347 SN011638) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--NUT, SELF LOCK DBL HEX --5310012225623LE CNT F42630-96-M-1498 AMT $46,575 DTD 112296 TO S P S Technologies, Highland Avenue, Jenkintown Pa 19046-2299 CITE: (I-347 SN011640) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--SPRING, HELICAL, DOWNLOCK --5360012507458LE CNT F42630-96-M-1537 AMT $33,920 DTD 111896 TO All Tools Inc, 7500 Associate Ave, Cleveland Oh 44144-1105 CITE: (I-347 SN011642) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--BEARING, BORE --5310012028989LE CNT F42630-96-M-1601 AMT $49,708 DTD 112096 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-347 SN011644) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--WASHER, KEYING --5310012510928LE CNT F42630-96-M-1656 AMT $31,040 DTD 111996 TO Coltec Industries Inc, Menasco Aerosystems Division, 4000 South Hwy 157, Euless Tx 76040-7012 CITE: (I-347 SN011647) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--DRIVE KEY SHIM --5315012955841LE CNT F42630-96-M-1735 AMT $34,482 DTD 111596 TO Silco Engineering & Mfg Co, 9601 Owensmouth Ave #24, Chatsworth Ca 91311-4812 CITE: (I-347 SN011650) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 56 -- INSULATION BLANKET 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-D-0047, 0001, Sol # DAAJ09-96-R-0675, Firm Fixed Price 5 Year Indefinite Delivery/Quantity Contract, Min/Max Qty 136/666. The dollar amount below is based on the minimum quantity. AMT $69,807.44 LINE N/A DTD 121196 TO Production Products Mfg & Sales Inc., 1285 Dunn Road, St. Louis, MO 63138 CITE: (I-347 SN011274) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Department of Commerce, NOAA, Acquisition, Grants and Facilities, Acquisition Management Division, General Contracts Branch, OFA512:ET, 1325 East-West Highway, STA 4301, Silver Spring, Maryland 20910-3283 SUBJECT: 58 -- SECOND GENERATION LOCAL USER TERMINALS (LUTS) CNT 50-DGNE-2-00025, Modification 0041 AMT $25,660.80 DTD 120696 TO Techno-Sciences, Inc., 10001 Derekwood Lane, Suite 204, Lanham, Maryland 20706 CITE: (I-347 SN011132) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 58 -- DEHYDCATORS POC K. Pennington CNT N00406-97-C-4007 AMT $172,550 LINE N/A DTD 121096 TO kahn & company inc 885 wells road wethersfield ct 06109 CITE: (I-347 SN011260) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--SATCOM PRE-AMP ANTENNA --5895013330570 CNT F09603-96-R-80330 AMT $31,860 DTD 112796 TO Hughes Defense Communications, 1010 Production Rd, Fort Wayne In 46808-4106 CITE: (I-347 SN011442) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--MAIN STRUCTURE SUB ASSY --5855012587557AY CNT F09603-97-R-83519 AMT $70,538 DTD 112796 TO Texas Instruments Inc, Defense Systems & Electronics Group, 2501 W University M/S 8064, Mckinney Tx 75070-0801 CITE: (I-347 SN011443) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 58--RECORDER. REPRODUCER --5835013268953VE CNT F04606-96-R-42000 AMT $191,912 DTD 120396 TO Metrum Information Storage, 4800 E Dry Creek Rd M/S 145, Littleton Co 80122-3796 CITE: (I-347 SN011672) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 58 -- TRANSMITTING SETS POC Sandy Wiseman, Contract Specialist, AMSMI-AC-CDBA, 205-842-7548 Margaret King, Contracting Officer, AMSMI-AC-CDBA, 205-842-7553. CNT DAAH01-94-G-S002/0028 AMT $2,708,917.00 LINE N/A DTD 120696 TO Raytheon Company 350 Lowell St, Missile Sys Div Andover Plant Andover, MA 01810-4420 CITE: (I-347 SN011729) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--COUPLING, ELECTRICAL CONDUIT SOL SP0450-95-R-4220 CNT SP0450-97-C-0107 AMT $41,375.67 LINE 0001 DTD 121196 TO Capital wholesale electric Co 1235 S St P O Box 1466 Sacramento CA 95812-1466 CITE: (I-346 SN011108) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0092 CNT SP0900-97-M-0048 AMT $64,194.89 LINE 0001 THROUGH 0007 DTD 121296 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-347 SN011168) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0091 CNT SP0900-97-M-0050 AMT $34,502.61 LINE 0001 THROUGH 0005 DTD 121296 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-347 SN011169) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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, BAND PASS SOL SP0905-97-R-A006 CNT SP0905-97-M-1081 AMT $94,500.00 LINE 7001 DTD 121296 TO Aeroflex laboratories Inc comstron Div 35 S service Rd Plainview NY 11803 CITE: (I-347 SN011170) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 96TW41-42-P-0900 CNT SP0935-97-M-1430 AMT $35,282.00 LINE 0001 THROUGH 0002 DTD 121196 TO U S Airmotive Inc 5439 NW 36TH St Miami FL 33166-5811 CITE: (I-347 SN011171) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--ELECTRONIC COMPONEN CNT SP0960-97-M-1317 AMT $36,224.11 LINE 0001 DTD 121296 TO Lockheed Martin Corp Lockheed Martin control systems 600 Main St room 155 Johnson City NY 13790-1888 CITE: (I-347 SN011173) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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--EXTENDER CARD, ELECT SOL SP0960-96-Q-4001 CNT F42600-94-G-7559-UD58 AMT $38,426.52 LINE 0001 DTD 121296 TO Boeing Co the Boeing Defense and Space Group MS 3A Pl 20415 72ND Ave S Bldg 18-230 4 P.O.Box 3999## Seattle WA 98124-3999 CITE: (I-347 SN011174) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 -- TRIPPER, CIRCUIT BREAKER POC R. Phinn CNT N00406-97-M-D860 AMT $33,060 LINE N/A DTD 121196 TO wholesale electric supply co inc 5 east fairfield dreive pensacola fl 32505 CITE: (I-347 SN011261) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 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 -- CONNECTOR, PLUS, ELECTRICAL POC R. Spalding CNT N00406-97-M-B594 AMT $37,943 LINE N/A DTD 111596 TO j & k supply inc 19209 des moines way south seattle wa 98148 CITE: (I-347 SN011262) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--COUPLER, DIRECT --5985005885285 CNT F04606-96-R-0052 AMT $37,884 DTD 120596 TO Disan Engineering Corporation, Po Box 632, 101 Mohawk Dr, Nowata Ok 74048-0632 CITE: (I-347 SN011388) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--COUPLER, DIRECT --5985005885285 CNT F04606-96-R-0052 AMT $73,395 DTD 120496 TO Mod A Can Inc, 178 Miller Pl, Hicksville Ny 11801-1826 CITE: (I-347 SN011389) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 59--CCA, NOSE PROCESSOR A --5998013884059AY CNT F09603-96-R-83624 AMT $231,213 DTD 112796 TO Lockheed Martin Corp, Electronics & Missiles, 5600 W Sandlake Rd, Orlando Fl 32819-8907 CITE: (I-347 SN011441) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 59--ANTENNA REPAIR --5985010304159EW CNT F09603-97-R-52004 AMT $31,392 DTD 112796 TO Northrop Grumman Corp, Electronic Systems Div, 600 Hicks Rd, Rolling Meadows Il 60008-1098 CITE: (I-347 SN011444) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 59--MOUNTING BASE --5975013580026BY CNT F09603-96-R-82725 AMT $57,043 DTD 112796 TO Rockwell International Corp, Collins Avionics & Comm Div, 350 Collins Rd Ne, Cedar Rapids Ia 52498-0001 CITE: (I-347 SN011452) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 59--PRESSURE SWITCH --5930011991406LE CNT F42630-96-M-1768 AMT $28,455 DTD 111896 TO Vickers Inc, Fluid Control & Actuation Division, 4690 Colorado Blvd, Los Angeles Ca 90039-1106 CITE: (I-347 SN011651) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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, POWER SOL SP0451-96-R-3103 CNT N00104-89-G-0219-TY32 AMT $89,222.76 LINE 0001 THROUGH 0003 DTD 121196 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-346 SN011105) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 61--BATTERY --6140012898566 CNT F04606-96-R-50657 AMT $370,889 DTD 120296 TO Marathon Power Technologies, 8301 Imperial Dr/Po Box 8233, Waco Tx 76714-8233 CITE: (I-347 SN011384) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 61--WIRING HARNESS; P/N L54468110321A-A; 15 EA --6150011692362HS CNT FD2030-96-0-8907 AMT $68,250 DTD 120696 TO Maney Aircraft Inc, 1305 Wanamaker Ave, Ontario Ca 91761-2237 CITE: (I-347 SN011546) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--THERMOMETER SOL 96TG30-72-P-0400 CNT SP0440-97-M-X518 AMT $50,370.00 LINE 0001 THROUGH 0002 DTD 121196 TO Eichenauer services Inc 130 South Oakland AV decatur Ill 62522-2997 CITE: (I-346 SN011109) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--PITOT STATIC TUBE SOL SP0440-96-R-2229 CNT SP0440-97-C-0140 AMT $49,161.00 LINE 0001AA THROUGH 0001A DTD 121196 TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN 55306-4898 CITE: (I-346 SN011111) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 66--GEAR & BEARING UNIT; P/N 2586456; 1612 EA --6615009192695 CNT F34601-97-R-09078 AMT $203,015 DTD 112596 TO Barden Corp The, Precision Bearing Div, Po Box 2449, Danbury Ct 06813-2449 CITE: (I-347 SN011289) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 66--COMPASS MAGNET PILOT; P/N CB2100T4; 326 EA --6605005518187 CNT F34601-96-R-09037 AMT $84,391 DTD 112696 TO Airpath Instrument Co, 13150 Gist Rd, Bridgeton Mo 63044-1207 CITE: (I-347 SN011290) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 66--COMPASS; P/N CB2100T4; 102 EA --6605005518187 CNT FD2030-96-0-8844 AMT $26,595 DTD 121096 TO Airpath Instrument Co, 13150 Taussing Ave, Bridgeton Mo 63044-1294 CITE: (I-347 SN011549) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 66--TRANSMITTER, PRESSURE, P/N: 11501252-1-1, APPL C17 -- 6685013875489LD CNT FD2050-96-5-8900 AMT $85,491 DTD 120996 TO Canadian Commercial Corp, 50 O'connor St, 11th Floor, Ottawa Ontario K1a 0s6, Canada 00000 0000 CITE: (I-347 SN011602) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 66--TINIUS OLSEN MODEL 60,000 TESTING MACHINE RETROFIT POC Contact Mark Foster, Contracting Officer at (401) 841-2442 X202. Fax number (401) 841-4820. CNT N66604-97-M-0300 AMT $25,290 LINE 0001 DTD 112796 TO Tinius Olsen Testing Machine Co., P. O. Box 429, Willow Grove, PA A 19090 CITE: (I-347 SN011685) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: CECOM Acquisition Center Washington Operations Office, ATTN: AMSEL-AC-WA-B (Debra J. Hoffman), 2461 Eisenhower Ave., Alexandria, VA 22331-0700 SUBJECT: 70--PERSONAL COMPUTER 2 POC Ms. Debra J. Hoffman, Contracting Officer, CECOM Acquisition Center - Washington, (703) 325-3327 CNT DAAB07-97-D-V001 and DAAB07-97-D-V002 AMT $554,400,000 LINE N/A DTD 101096 TO DAAB07-97-D-V001, Sysorex Information Systems, Inc., 3975 Fair Ridge Drive, Fairfax, VA 22033; DAAB07-97-D-V002, BTG Technology Systems, 1768 Old Meadow Road, McLean, VA 22102 LINKURL: http://ISSAA-WWW1.ARMY.MIL LINKDESC: EMAILADD: DHOFFM@HOFFMAN-ISSAA2.ARMY.MIL EMAILDESC: CITE: (D-346 SN011089) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 70--DIGITAL COMPUTER; P/N 53300-100TP; 4 EA --7010014223343LN CNT F34601-96-R-03089 AMT $43,600 DTD 112596 TO Power Systems Group Ltd, 17252 Armstrong Ave Suite A, Irvine Ca 92714 5720 CITE: (I-347 SN011288) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 70--MERCURY RACEWAY PROCESSOR POC Contact Nancy Howard at (401) 841-2442 X244 or N. Palmisciano, Contracting Officer at (401) 841-2442 X289. Fax number (401) 841-4820. CNT N66604-97-D-0003 AMT $933,835 LINE 0001 and 0002 DTD 120496 TO Atlantic Aerospace Electronics, 6404 Ivy Lane, Suite 300, Greenbelt, MD 20770-1406 CITE: (I-347 SN011683) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 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--NONMETALLIC ROD CNT SP0411-97-M-E783 AMT $49,569.90 LINE 0001 DTD 121196 TO Commercial Plastics and supply Corp 2115-A N Hamilton St Richmond VA 23230 CITE: (I-346 SN011104) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 99 -- GLOVE BOX SYSTEMS POC Omar Ali, Contract Specialist, (301) 394-1048, Kathleen M. Tennant, Contracting Officer, (301) 394-3439. CNT DAAl01-97-C-0051, DAAl01-96-R-9851 AMT $303,720.00 LINE 0001-0004 DTD 121096 TO Vacuum Atmospheres Company, 3411 Delaware Avenue, Buffalo, NY 14217 CITE: (I-346 SN011074) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: SPECIAL NOTICES SUBJECT: N/A -- MESOSCOPIC MACHINES DESC: The Defense Advanced Research Projects Agency (DARPA) announces that a Program Information Package (PIP) on MESOSCOPIC MACHINES is now available to provide proposers with background information and guidance in advance of the release of a Broad Agency Announcement (BAA) in January, 1997. For the purpose of this program, mesoscopic machines are defined as those machines that straddle the size range between microelectromechanical systems (MEMS) devices and conventional machines ("sugar cube" to "fist"). The BAA will request proposals to demonstrate working machines of interest to the Department of Defense and the development of related technologies. The PIP is expected to be extremely useful in writing a proposal in response to the BAA. However, this PIP is for PLANNING PURPOSES only and IS NOT A CALL FOR PROPOSALS. OBTAINING THE PIP: A copy of the PIP may be downloaded from the DARPA Web site at http://dso.sysplan.com/DSO/BAA/MMachines/MMpip.doc. A copy may also be obtained by contacting Ms. Marya Bavis of Strategic Analysis, Inc. at e-mail: mbavis@snap.org or fax: 703-696-3999. FACILITATED TEAMING: It is anticipated that the breadth of expertise required to respond successfully to this program will require the formation of interdisciplinary teams. To assist prospective proposers, a method of capabilities exchange has been set up on DARPA's web site http://dso.sysplan.com/DSO/BAA/MMachines/teaming.html. This assistance is available only through the web site. SCHEDULE: The BAA for this program is expected to be released in January, 1997 with proposals due approximately 45 days later. Potential proposers are encouraged to use the time between the release of the PIP and the BAA to develop teaming arrangements. Technical interchange with DARPA is welcome until the release of the BAA. DARPA TECHNICAL POCS: Dr. Steven G. Wax, 703-696-2281, swax@darpa.mil, Dr. Robert J. Nowak, 703-696-7491, rnowak@darpa.mil, and Dr. William S. Coblenz, 703-696-2288, wcoblenz@darpa.mil. CITE: (I-346 SN011068) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: SPECIAL NOTICES SUBJECT: RUSSIAN DEVELOPED NEW THERMAL INSULATING MATERIAL - SPHEROLITE DESC: Sandia National Laboratories (SNL) is government-owned, contractor-operated facility with locations in New Mexico and California. As a research and development laboratory for the Department of Energy (DOE), we have been working on high technology solutions to problems of national importance for over 40 years. Russian Federal Nuclear Center-Institute of Experimental Physics (RFNC-VNIIEF), Arzamas-16, to some extent is the SNL counterpart in Russia and presently is the largest state R&D institute of Minatom, Russia. For over 50 years VNIIEF has been involved in solving National Security issues through the development of major scientific and technical projects. The history of interactions between SNL and VNIIEF extends for approximately 5 years. These interactions have focused on strengthening mutual trust between the USA and Russia, as well as on finding commercial applications for VNIEF technologies that have been developed over the last four decades. For approximately 10 years, VNIIEF has been attempting to solve the performance problems of operating electronics equipment at high temperatures. Expertise in thermal insulation materials, and its properties has been developed over the years at VNIIEF. As a result, a new material which addresses many of the difficulties of operating electronics in high temperatures was created. The developed material, called Spherolite meets the required parameters - it is inflammable, light-weight, rigid, inexpensive - and Spherolite appears to be a harmless substitution to asbestos-containing materials. Additional specific advantages of Spherolite include: In comparison with the materials being currently used, Spherolite has less density, yet possesses the same heat conductivity factor. Raw materials utilized in Spherolite production are easily accessible and inexpensive - silicate industry products as well Coal Electric Power Plant residues. The material is excellent under the dry medium environment. Unlike asbestos, the material for which Spherolite can replace, Spherolite it environmentally inert. The fields of application for "Spherolite" are numerous; including: insulation of steam, oil and gas trunk pipelines, residential and industrial construction, ship-building, and public utilities. In order to fulfill fairness of opportunity requirements, Sandia will widely advertise both the technology and the fact that it may be licensed. Depending upon any prior commitments, the advertised license can take a variety of forms, up to and including the opportunity for an exclusive license. However keep in mind, that this is not an offer for the sale of a license, but rather a solicitation of interested parties for potential license opportunities. You and other potential licensees, must express interest in the technology either by writing or faxing us. The deadline for accepting respondents is January 9, 1997. In your inquiry, please include any information on your companies' experience and capabilities with similar technology. (VNIIEF is especially interested in working with insulating materials manufacturers.) Write to: Joanne Trujillo Sandia National Laboratories Technology Partnerships Dept. PO Box 5800 - MS 1380 Albuquerque, NM 87185-1380 .... or express interest by fax at (505) 843-4175 After you contact us, we will send you a short questionnaire to assess your company's ownership and size. Preference will be given to US based businesses. From there, Sandia will evaluate all replies. An offer for sale, consistent with the selected licensing strategy will then be developed. The chosen strategy will be mutually beneficial for both Sandia, and the chosen company or companies. We look forward to the opportunity to work with you and your company on the desired goal of commercialization of the Sperolite technology. EMAIL jmtruji@sandia.gov EMAILDESC: - Spherolite CITE: (W-346 SN011084) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: SPECIAL NOTICES SUBJECT: RUSSIAN DEVELOPED EXPLOSIVE CUTTING TECHNOLOGY NOW AVAILABLE FOR LICENSING IN THE US DESC: Sandia National Laboratories (SNL) is government-owned, contractor-operated facility with locations in New Mexico and California. As a research and development laboratory for the Department of Energy (DOE), we have been working on high technology solutions to problems of national importance for over 40 years. The Russian Federal Nuclear Center-Institute of Experimental Physics (RFNC-VNIIEF), Arzamas-16, to some extent is the SNL counterpart in Russia and presently is the largest state R&D institute of Minatom, Russia. For over 50 years VNIIEF has been involved in solving National Security issues through the developments in major scientific and technical projects. The history of interactions between SNL and VNIIEF extends for approximately 5 years. These interactions have focused on strengthening mutual trust between the USA and Russia, as well as on finding commercial applications for VNIEF technologies that have been developed over the last four decades. A prime example of a commercially valuable technology developed at VNIIEF, is the Explosive Cutting Technology. The technology is based specially developed low-yield HE charges; in combination with both enhanced safety and time-precision detonators. HE charges are placed over the surface of the object to be cut and are initiated in the desired sequence, thus splitting the object into segments that are more easily handled. The technology can be applied for precise and rapid cutting of steel and concrete structures having various dimensions, including massive installations, such as bridges, oil platforms, ships, etc. The Explosive Cutting Technology of VNIIEF contains expertise which distinguishes it from conventional cutting techniques. These advantages include: Cost-savings due to a 10-100 times reduction in the volume of HE material required (for the same amount of work). Improved worker safety through reduction of the amount of HE material that is required and the application of high-safety detonators. Improved environmental "friendliness" due to smaller quantities of HE product being released into the atmosphere. Industrial applications for the Explosive Cutting Technology are numerous and include areas such as: mining, oil and gas services, demolition, and construction works. In order to fulfill fairness of opportunity requirements, Sandia will widely advertise both the technology and the fact that it may be licensed. Depending upon any prior commitments, the advertised license can take a variety of forms, up to and including the opportunity for an exclusive license. However keep in mind, that this is not an offer for the sale of a license, but rather a solicitation of interested parties for potential license opportunities. You and other potential licensees, must express interest in the technology either by writing or faxing us. The deadline for accepting respondents is January 9, 1997. In your inquiry, please include: the name of the technology, "VNEIFF-Explosive Cutting", and any information on your companies' experience/capabilities with similar technologies Write to: Joanne Trujillo Sandia National Laboratories Technology Partnerships Dept. PO Box 5800 - MS 1380 Albuquerque, NM 87185-1380 .... or express interest by fax at (505) 843-4175 After you contact us, we will send you a short questionnaire to assess your company's ownership and size. Preference will be given to US based businesses. From there, Sandia will evaluate all replies. An offer for sale, consistent with the selected licensing strategy will then be developed. The chosen strategy will be mutually beneficial for both Sandia, and the chosen company or companies. We look forward to the opportunity to work with you and your company on the desired goal of commercialization of the Explosive Cutting Technology. EMAIL jmtruji@sandia.gov EMAILDESC: Available For Licensing In The US CITE: (W-346 SN011085) [Commerce Business Daily: Posted December 11, 1996] [Printed Issue Date: December 16, 1996] PART: SPECIAL NOTICES SUBJECT: SANDIA NATIONAL LABORATORIES' TECHNOLOGIES FOR LICENSING DESC: The U. S. Department of Energy (DOE), its laboratories, and production facilities are committed to helping businesses in the United States to improve the cycle from new ideas and product innovation to product development and commercialization. In order to achieve this goal, the DOE has put in place a program to transfer technologies developed at its laboratories to the private sector for commercial applications. DOE's objective in doing this is to establish mutually beneficial partnerships that can leverage advanced technologies and enhance U.S. position in the ever changing global marketplace. Sandia National Laboratories (Sandia) is one of the participating laboratories in this program. By this announcement, Sandia is soliciting expressions of interest from U.S. businesses for potential collaboration and licensing of some of its technologies for which patent applications are in the process. These are: 1. Ultra Rapid Production of Net-Shapes Using Spray Deposition: This is a revolutionary materials processing technique for simultaneous synthesizing and near-net-shaping of complex high performance, high technology materials directly into production quality hardware. The processing technique has the potential to create hardware that either serves as prototypes or as actual testable, functional parts in a small production run mode. This technology has great flexibility in part design, can preclude the prototyping processes that now use only surrogate materials to make non-functional models of three dimensional parts, and most importantly can be used in low volume production of structural and functional parts for both defense and commercial applications. 2. XRF for Detection of Botulinum Toxin and Other Related Metalloproteases: The detection and quantification of botulinum toxins are important to U.S. defense efforts because an aerosolized toxin could be used as a biological warfare agent. It is also important to clinical and veterinary medicine, and to the canning industry. Sandia has developed a sensor system for botulinum using XRF as a component part of a biosensor system and can be used for rapid detection of botulinum and related metal containing toxins. 3. XRF for Detection of Plastic and Ceramic Land Mines and Ordinances: The detection and removal of land mines and buried ordinances has been hindered by the development of plastic, ceramic and non-ferric containers which are invisible to standard ferromagnetic and electrical sensors. Further, some of the newer ordinances have been engineered to explode when electronically probed. Sandia has developed a biosensor system which incorporates XRF as a component part which could be used to detect trace elements that are contained in plastics and ceramics and identify the fingerprints of target materials in the mines which can be used in detection and identification of an ordinance. This system can be used to detect both non-ferric and ferric ordinance. 4. Kit for Discrimination Between Strains of Botulinum or Other Proteins of Interest: Sandia has developed a kit method for the quantification and discrimination of botulinum toxin or bacterial and viral agents. It is very useful for U.S. defense efforts and to clinical and veterinary medicine and to the canning industry. 5. Digitally Controlled System for Monitoring Physical Phenomenon: There is an ongoing need to improve the technology of electronic systems that measure physical phenomenon. Technologies are desired that result in improvement in performance ( accuracy, speed), reduction in size and weight, and reduction in electrical power consumption. This Sandia invention significantly improves this technology by utilizing a technique for control of these electronic systems that allows both high data throughput rate (10 megabit/second pcm encoding) and significant processing capability in a small, inexpensive package. This invention will be useful missile flight test instrumentation, aircraft and satellite systems, and commercial building monitoring and factory automation. 6. Backside Active Control for Video Enhancement Welding (BACVIEW): To produce a quality Gas Tungsten Arc Weld, one must be able to observe weld backside penetration and quantitatively measure and control the size of the molten nugget during the weld process. Sandia has developed a technique which enables one to observe the backside of a weld, collect data and compute the back side weld pool width, length and area. This information is then used to automatically adjust weld current, in real time to create a bead size including width, length and the area of the bead selected by the welder. This technique is very simple and inexpensive to implement in all types of high quality welding proceses including Gas Tingsten Arc Welding, E-Beam welding and laser welding. The technique can be used for both front and back side welds and eliminates the need for pre-determined weld schedules and compensates for active and passive disturbance during the weld. It has applications in the areas of nuclear weapon components, power plant components, oil and gas plant components, piping and aerospace components. This is not a solicitation. Parties interested in licensing one or more of these technologies are invited to submit a letter of interest providing information about the company, areas of potential application for the technology and the point of contact (including address, telephone and fax numbers). Letters should be sent to: Ms. Joanne Trujillo, MS 1380, Sandia National Laboratories, P. O. Box 5800, Albuquerque, NM 87185-1380. FAX No. (505) 843-4175. EMAIL jmtruji@sandia.gov EMAILDESC: CITE: (W-346 SN011092) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 16, 1996] PART: SPECIAL NOTICES OFFADD: American Defense Preparedness Association, Two Colonial Place, 2101 Wilson Boulevard, Suite 400, Arlington, VA 22201-3061 SUBJECT: THE DEPARTMENT OF DEFENSE MAINTENANCE SYMPOSIUM AND EXHIBITION, APRIL 27-30, 1997, INDIANAPOLIS, INDIANA DESC: DoD Maintenance is heading for fundamental changes as the military addresses issues such as outsourcing and privatization; technology changes; streamlined maintenance concepts and processes; interservicing opportunities; best business practices; and lessons learned from Desert Storm, Haiti, and Bosnia. The DoD Maintenance Symposium is designed to explore these changes; allow participants to engage in problems-solving for the issues that lie ahead; and meet key decision makers who are faced with these challenges. All Services--All Commands--are welcome to attend. Defense industry representatives are welcome to participate, and to provide displays and exhibits. For additional information on exhibiting or a copy of the symposium brochure, contact the American Defense Preparedness Association, 2101 Wilson Boulevard, Suite 400, Arlington, VA 22201-3061, telephone (703) 522-1820 or FAX (703) 522-1885. CITE: (M-347 SN011311)