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

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracts Management Branch, NICHD, National Institutes
  of Health, Executive Building, Suite 7A07, 6100 Executive Blvd
  MSC 7510, Bethesda, Maryland 20892-7510
SUBJECT: A--SUBCONTRACTING OPPORTUNITIES FOR STUDYING PERINATAL
  TRANSMISSION OF HIV-1
SOL N01-HD-3-3162A
DUE 010397
POC Contact Mrs. Carol Nesel, 301/738-8337
DESC: Correction: This action originally published in the CBD
  is amended to delete all references to study #2 entitled: Herpes
  simplex virus (HSV) shedding and HIV plasma viral load in HIV-seropositive/HSV-seropositive
  women and HIV-seropositive/HSV-seronegative women.  However,
  the National Institute of Child Health and Human Development
  (NICHD) continues to seek sources for subcontracting opportunities
  under an ongoing contract with Westat, Inc.  Through this contract
  NICHD sponsors a network of clinical centers which participate
  in clinical trials of therapies to prevent mother to child
  transmission of HIV infection and to treat pediatric HIV disease.
  NICHD plans to further assess the critical factors responsible
  for perinatal transmission of HIV-1 by conducting the following
  study: (1) The influence of ovulatory phase on the detection
  of HIV-1 in the vaginocervical secretions from HIV seropositive
  women.  It is the intent of NICHD and Westat to award additional
  subcontracts to qualified organizations to perform this research.
   Organizations interested in conducting this study should submit
  five copies of a statement of capabilities which must include
  the following: (a) evidence of an existing longitudinal co-hort
  of HIV-1 seropositive women (b) demonstrated ability to perform
  intensive substudies requiring weekly interviews and gynecologic
  examinations for eight weeks (c) demonstrated ability to collect,
  process, and ship cervicovaginal secretions according to current
  state of the art procedures, (d) a description of staff qualifications
  (include CVs of the proposed Principal Investigator (PI), description
  of HIV-related and non-HIV-related research experience (types
  and number of studies including drug trials, natural history
  studies, etc., total patient enrollment per study); and e)
  a description of the physical facilities where work is to be
  conducted.  Capability statements (limited to 10 pages exclusive
  of CVs) should be submitted to Ms. Carol Nesel, Associate Director,
  Westat, Inc., 1650 Research Boulevard, Rockville, MD 20850.
   The deadline for submission is 2:00pm EST January 3, 1997.
CITE: (I-337 SN007645)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement
  Office, Redstone Arsenal, AL 35898-5275
SUBJECT: A -- DOMESTIC ULTRA-HIGH MODULUS FIBER
SOL DAAH01-97-R-R004
DUE 122096
POC (RDPC) Brenda King, Contract Specialist, AMSMI-AC-CRBA, 205-876-8761,
  or Harold Smith, Contracting Officer, AMSMI-AC-CRBA, 205-876-1470.
  Synopsis No. R114-96.
DESC: The contractor shall provide the personnel, expertise,
  resources, facilities and materials necessary to develop a
  domestic source for high strength, ultra-high modulus polyacrylonitrile
  (PAN) carbon fibers. These fibers are essential structural
  components for filament mound structures; woven fabric for
  large aerodynamic structures and surfaces, stealth, and satellite
  applications. Sole source to Hexcel composites. See Numbered
  Note(s): 22.
CITE: (I-337 SN007667)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: 101 West Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810
SUBJECT: A -- ADVANCED AIRBREATHING DUAL RANGE MISSILE (AADRM)
  PROGRAM
SOL PRDA NO. MNK97-0002
DUE 011397
POC Lt John A. Hillman, Contract Specialist, at (904) 882-4294,
  ext3423, or Lorna Tedder, Contracting Officer, at (904) 882-2872.
DESC: CORRECTION: Second Amendment to the Advanced Airbreathing
  Dual Range Missile (AADRM) Program PRDA No. MNK-97-0002. The
  date for receipt of proposals has been extended from 23 December
  1996 to 13 January 1997. Contract award is still anticipated
  to be on 1 April 1997. An Industry Day will be held 16 December
  1997 at Eglin AFB FL, beginning at 0800 in Bldg 13, Rm 160.
  All potential offerors and interested parties are invited to
  attend. The Industry Day will provide a forum to discuss the
  intent and scope of this PRDA, address questions and provide
  an opportunity to review some of the literature that will be
  provided as GFP to the awardee. By way of clarification, during
  Phase I up to two concepts will be selected and subject to
  sponsor approval for continuation on to Phase II. The objectives
  of Phase II are to design and manufacture the necessary hardware
  to allow sufficient aerodynamic characterization (Phase III)
  of the concept(s) which was (were) selected in Phase I as being
  the most promising. Therefore, it may or may not be necessary
  to build two independent and distinct models. Furthermore,
  in Phase III an extensive wind tunnel test covering a large
  parameter space is not envisioned, but should be sufficient
  to characterize performance and stability of the vehicle(s)
  for the flight conditions and attitudes of interest. Each proposal
  should identify the scope and approach the offeror intends
  to take to achieve the objectives of each phase. Address any
  technical questions to Capt Rhett Jefferies (jefferie@eglin.af.mil),
  (904) 882-8876 x3332. See also http://eglinpk.eglin.af.mil/.
  Address any contractual issues to LT John A. Hillman (hillmanj@eglin.af.mil)
  (904) 882-4294x3423.
CITE: (I-337 SN007681)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Naval Research Laboratory, 4555 Overlook Ave., SW, Washington,
  DC 20375-5326
SUBJECT: A -- LONG RANGE SCIENTIFIC PROJECTS
SOL BAA 01-97
DUE 113097
POC Mrs. Pat Schaefer, Code 3204.PS, FAX (202) 767-6197 or 767-5896,
  E- mail schaefer@contracts.nrl.navy.mil, and internet http://www.nrl.navy.mil/BAA/baa.html.
DESC: The Naval Research Laboratory is interested in receiving
  proposals for long-range projects which offer potential for
  advancement and improvement of naval operations. Research areas
  of interest and responsible NRL organizational codes include:
  (701) Signature Reduction Technology (Code 5050), (702) Nonlinear
  Microwave Dielectrics (Code 5317), (703) High Frequency Radar
  (Code 5324), (704) Radar Technology (Code 5346), (705) Artificial
  Intelligence Technologies (Code 5510), (706) Research in Military
  Communications (Code 5520), (707) Research in Software Engineering
  (Code 5546), (708), Advanced Information Technology (Code 5580),
  (709) Scalable, Massively Parallel Solutions to Scientific
  Problems (Code 5590), (710) Optical Sciences R&D (Code 56XX),
  (711) Low Loss, Near and Mid-IR Transmitting Fibers (Code 5603),
  (712) Laser Threat Countermeasure Technology (Code 5630), (713)
  Imaging Seeker Advanced Countermeasures (Code 5631), (714)
  Fiber Optics Technology (Code 5670), (715) Advanced Simulation
  for Electronics Warfare, (Code 5707), (716) ECM Deployment
  Technology (Code 5712.2), (717) Electronic Warfare Optical
  Processing Techniques and Demonstration Modules (Code 5721),
  (718) Navy Airborne Electronic Warfare (Code 5730), (719) Shipboard
  Electronic Warfare (Code 5740), (720) High Power Microwave
  Technology (Code 5740), (721) Innovative Anti-Ship Missile
  - Electronic Warfare Simulation Technology (Code 576X), (722)
  Research in Treatment and Reduction of Naval Hazardous Waste
  (Code 6100), (723), Materials and Process Development (Code
  6120), (724) Innovative Applications of Magnetic Resonance
  (Code 6122), (725) Surface Chemistry Sciences (Code 6170),
  (726) Plasma Arc Remediation of Various Waste Materials (Code
  6170), (727) Spectroscopic and Immunological Assay Development
  for Environmental Contaminants and Drugs of Abuse (Code 6170),
  (728) Chemical Vapor Processing (Code 6174), (729) Development
  of Micromachined Sensors for Physical Chemical and Biochemical
  Applications (Code 6177), (730) Simulations of Condensed Phase
  Chemistry (Code 6179), (731) Shipboard Damage Automation for
  Reduced Manning (Code 6180), (732) Combustion Dynamics - Suppression
  (Code 6185), (733) Superconducting Materials (Code 6303), (734)
  Materials Performance, Processing, and Modeling (Code 6303),
  (735) Thick Film Ferrite Magnetic Materials (Code 6342), (736)
  Non-Volatile High Density Memory (Code 6345), (737) Ceramic
  Materials (Code 6380), (738) Non-Destructive Evaluation (NDE)
  (Code 6380), (739) High Performance Computing on Massively
  Parallel Architectures (Code 6401), (740) Energetic Processes
  in Condensed Systems (Code 6600), (741) Radiation Effects in
  Semiconductor, Superconductor and Optoelectronics (Code 6610),
  (742) Directed Energy Warfare Susceptibility and Hardening
  (Code 6650), (743) Dynamics of Solids (Code 6680), (744) Condensed
  Matter Theory (Code 6690), (745) Plasma Physics Division (Code
  6701), (746) Analog Signal Processors (Code 6813), (747) Silicon-Germanium
  Microelectronics Technology (Code 6813), (748) Photodetectors
  and Photodetector Arrays for Optical Processing (Code 6813),
  (749) Development of Improved Microelectronic Integrated Circuit
  Electronics (Code 6813), (750) Advanced IRFPA Technology for
  Navy Application (Code 6818), (751) RF Vacuum Electronics (Code
  684X), (752) Microwave and Millimeter Wave Ferrite-Based Control
  Components (Code 6850), (753) Low Cost, High Temperature Structural
  Ceramics (Code 6884), (754) Research in Bio/Molecular Science
  and Engineering (Code 6902), (755) Shallow Water Full Spectrum
  Ambient Noise Acoustics and Signal Processing (Code 7120),
  (756) Physical/Structural/Acoustics (Code 7130), (757) Structural
  Acoustics (Code 7130), (758) Shallow Water Tomography (Code
  7140), (759) Active Classification in Shallow Water Environments
  (Code 7144), (760) Environmental Impact on Active Acoustics
  Systems (Code 7144), (761) Ocean Acoustics (Code 7170), (762)
  Acoustic Simulation Tactics (Code 7180), (763) Upper Troposphere
  and Middle Atmosphere Research (Code 7200), (764) Remote Sensors
  and Imaging Systems (Code 7207), (765) Optical Interferometry
  (Code 7210), (766) Optical Remote Sensing of the Coastal Regime
  (Code 7210), (767) Passive Microwave Remote Sensing (Code 7223),
  (768) Tropospheric and Air-Sea Interaction Modeling Research
  (Code 7225), (769) Coastal and Marine Aerosol Modeling Research
  (Code 7228), (770) Remote Sensing (Code 7240), (771) Passive
  Remote Sensing (Code 7240), (772) Remote Sensing of the Littoral
  Zone (Code 7254), (773) Oceanographic Remote Sensing (Code
  7261), (774) Ocean Dynamics and Prediction (Code 7322), (775)
  Tactical Oceanography Warfare (Code 7406), (776) Airborne and
  Shipboard Data Acquisition and Analysis (Code 7420), (777)
  Seafloor Sciences (Code 7430), (778) Mapping, Charting, and
  Geodesy (Code 7440), (779) Atmospheric Effects, Analysis, and
  Prediction (Code 7530), (780) Research into Space - Its Imaging
  and Modeling (Code 7605), (781) Space Electronics (Code 8110),
  (782) Innovative Spaceborne Payload Technology (Code 8120),
  (783) Innovative Space Systems Algorithms, Data Handling and
  Processing (Code 8120), (784) Passive Location Systems Technology
  (Code 8120), (785) Global Positioning System (GPS) Applications
  (Code 8120). This BAA covers topics of interest to NRL at its
  Washington, Stennis, and Monterey sites. Award decisions will
  be based on competitive selection of proposals resulting from
  a peer and/or scientific review. Evaluations will be conducted
  using the following evaluation criteria: (1) Degree to which
  new and creative solutions to technical issues important to
  NRL programs are proposed. (2) Feasibility and the offeror's
  understanding of the approach and technical objectives. (3)
  The offeror's ability to implement the proposed approach as
  demonstrated by specific accomplishments in the technical field
  to be studied, by availability of qualified personnel, and
  by appropriate facilities. (4) The degree to which technical
  data and/or computer software developed under the proposed
  contract are to be delivered to the NRL with unrestricted rights.
  (5) The availability of funds, proposed cost and cost realism.
  The primary criteria for selecting proposals are (1) above
  and fund availability within criterion (5) above. Proposals
  involving cooperative research arrangements are welcome. Academic
  institutions, small disadvantaged businesses, historically
  black colleges and universities, minority institutions and
  woman owned businesses are especially encouraged to participate.
  It is suggested that institutions having an Office of Sponsored
  Research use the office as point of contact in writing requests.
  Requests for a printed copy of booklet BAA 01-97 MUST BE IN
  WRITING and transmitted by FAX, mailed to the address above,
  or sent by E-Mail to hunt@contracts.nrl.navy.mil (an E-Mail
  file of the full BAA will be returned quickly). (ONE copy of
  the whole hundred-page booklet will be provided. Questions
  should include the requester's name, E-Mail address if available,
  mailing address, and phone number. However, downloading in
  whole or in part from the World Wide Web (WWW) is strongly
  encouraged and will save several weeks processing/mailing time.
  The substantive content of the booklet as contained in E-Mail
  responses and the WWW is identical to the printed version.
  (The publication is no longer available by electronic bulletin
  board.) Mailing of the BAA publication will commence about
  20 December. The detailed publication issue date is 2 December
  1996, and IT IS EXPECTED THAT THE NEW BAA WILL BE ADDED TO
  THE WORLD WIDE WEB AND E-MAIL FILES BETWEEN 9 AND 13 DECEMBER.
  The announcement will remain open from date of publication
  for a period of one year. Proposals may be submitted any time
  during the one-year period, however, they must be in accordance
  with the detailed publication.
CITE: (I-337 SN007685)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: AFFTC/PKA Directorate of Contracting, 5 S Wolfe Ave,
  Edwards AFB CA 93524-1185
SUBJECT: A -- SOLAR ORBIT TRANSFER VEHICLE CONCEPTUAL DESIGN
  PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) 97-01-PKAE
SOL PRDA 97-01-PKAE
DUE 010397
POC Martin Baca, Contract Negotiator, 805.277.3900, ext. 2278
  Liliana J. Michaleski, Contracting Officer, 805.277.3900 ext.
  2229 Alan Sutton, Project Manager, 805.275.5504.
DESC: The PROPOSAL PREPARATION INSTRUCTIONS, contained in the
  original synopsis (published 14 Nov 96), had a 100 page limit
  for the proposal (12 pitch or larger type, double spaced, single-sided,
  8.5 by 11 inches). Since current word processing applications
  are more oriented towards point versus pitch, the requirement
  for 12 pitch or larger type is hereby replaced with 12 point
  or larger type. All other requirements remain unchanged, including
  the proposal due date of 3 Jan 97. A Statement of Work (SOW)
  Preparation Guide can be obtained via the AFFTC/PK homepage
  at: http://cpf.edwards.af.mil/contract/programs/sotv/master.html.
CITE: (I-337 SN007740)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Westinghouse Savannah River Company, Savannah River Site,
  Building 999-W, Room 384, Aiken South Carolina 29808
SUBJECT: A--DEPTH DISCRETE SAMPLING PORT
POC John Olschon, Telephone 1-803-652-1823.
DESC: Westinghouse Savannah River Company (WSRC), management
  and operating contractor for the U.S. Department of Energy's
  (DOE) Savannah River Site near Aiken, South Carolina, is seeking
  offers from the public for possible licensing of the ``Depth
  Discrete Sampling Port.'' This invention is a device which
  enables the collection of vapor and liquid samples at different
  depth locations in a single well installation. Respondents
  will be provided with a technical brief and instructions for
  submission of a business plan, an integral part of the license
  application. Applicants will be considered based upon the quality
  of business plans received. Responses to this notice must be
  received by December 22, 1996. Please contact John Olschon,
  by telephone  at 803-652-1823; by facsimile at 803-652-1898;
  or by mail at Westinghouse Savannah River Company, Savannah
  River Site, Building 999-W, Room 384, Aiken, SC 29808.
CITE: (M-337 SN007531)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Contracts Management Branch, NICHD, National Institutes
  of Health, Executive Building, Suite 7A07, 6100 Executive Blvd
  MSC 7510, Bethesda, Maryland 20892-7510
SUBJECT: A--SUBCONTRACTING OPPORTUNITY FOR STUDYING PERINATAL
  TRANSMISSION N OF HIV-1
SOL N01-HD-3-3162A
DUE 122096
POC Contact Mrs. Carol Nesel, 301/738-8337
DESC: The National Institute of Child Health and Human Development
  (NICHD) announces subcontracting opportunities under an ongoing
  contract with Westat, Inc.  Through this contract NICHD sponsors
  a network of clinical centers which participate in clinical
  trials of therapies to prevent mother to child transmission
  of HIV infection and to treat pediatric HIV disease. NICHD
  plans to further assess the critical factors responsible for
  perinatal transmission of HIV-1 by conducting the following
  two studies: (1) The influence of ovulatory phase on the detection
  of HIV-1 in the vaginocervical secretions from HIV seropositive
  women; and (2) Herpes simplex virus (HSV) shedding and HIV
  plasma viral load in HIV-seropositive/ HSV-seropositive women
  and HIV-seropositive/HSV-seronegative women.  These studies
  will involve obtaining data on immunologic and virologic factors
  associated with HIV-1 shedding in the female genital tract.
   It is the intent of NICHD and Westat to award subcontracts
  to qualified organizations to perform this research.  Organizations
  interested in conducting study (1) should submit five copies
  of a statement of capabilities which must include the following:
  (a) evidence of an existing longitudinal co-hort of HIV-1 seropositive
  women (b) demonstrated ability to perform intensive substudies
  requiring weekly interviews and gynecologic examinations for
  eight weeks (c) demonstrated ability to collect, process, and
  ship cervicovaginal secretions according to current state of
  the art procedures, (d) a description of staff qualifications
  (include CVs of the proposed Principal Investigator (PI), description
  of HIV-related and non-HIV-related research experience (types
  and number of studies including drug trials, natural history
  studies, etc., total patient enrollment per study); and e)
  a description of the physical facilities where work is to be
  conducted. Organizations interested in conducting study (2)
  should submit five copies of a statement of capabilities which
  must include the following:  (a) evidence of an existing longitudinal
  co-hort of HIV-1 seropositive women (b) demonstrated ability
  to perform intensive substudies requiring daily oral and genital
  swab specimens and thrice weekly blood draws for four weeks
  (c) a description of staff qualifications (include CVs of the
  proposed Principal Investigator (PI), description of HIV-related
  and non-HIV-related research experience (types and number of
  studies including drug trials, natural history studies, etc.,
  total patient enrollment per study); and d) a description of
  the physical facilities where work is to be conducted.  Capability
  statements (limited to 10 pages exclusive of CVs) for performing
  one or both of the studies above should be submitted to Ms.
  Carol Nesel, Associate Director, Westat, Inc., 1650 Research
  Boulevard, Rockville, MD 20850.  The deadline for submission
  is 2:00pm EST December 20, 1996.
CITE: (I-337 SN007580)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-D, Bldg 10, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: A -- 25MM ARMOR PIERCING FIN STABILIZED, DISCARDING
  SABOT WITH TRACER, M919
SOL N/A
DUE 121396
POC Jack McDonough email=jmcdon, Contract Specialist, 201-724-4049
  Beverly F. Wasniewski, Contracting Officer, 201-724-2164.
DESC: The U.S. Army TACOM-ARDEC has a requirement for the manufacture
  of the Cartridge 25mm Armor Piercing Fin Stabilized, Discarding
  Sabot with Tracer (APFSDS-T) M919. The proposed quantity is
  262,500 rounds. This round will be used by the Bradley Fighting
  Vehicle (BFV), and is designed to defeat a specific target
  by the use of a Depleted Uranium (DU) higher length to diameter
  penetrator, and high energy propellants. The contractor shall
  have experience in the fabrication, handling, and ballistic
  testing of DU penetrator and appropriate clearances and license
  from the Nuclear Regulatory Commission (NRC). Interested firms
  should submit their qualifications for review.
CITE: (I-337 SN007746)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Amtrak West Engineering Services, 810 North Alameda Street,
  Los Angeles, CA 90012-2986
SUBJECT: C--REQUEST FOR QUALIFICATIONS FOR ARCHITECT-ENGINEER
  SERVICES FOR THREE RAIL MAINTENANCE FACILITIES LOCATED IN SEATTLE,
  OAKLAND AND LOS ANGELES
SOL AW97-210
POC Point of Contact: Mr. Johnny M. Johnson, PE, Director of
  Engineering, Telephone: (213) 683-6907 Fax: (213) 683-6787
DESC:  Services are required for design and engineering including
  plans, specifications and cost estimates for construction
  of three Passenger Rail Maintenance Facilities located in
  Seattle, Oakland and Los Angeles. Services will include design
  and engineering for the buildings only, all track work and
  site civil design will be performed by Amtrak. All field investigations
  and survey work will be performed by Amtrak and provided to
  the selected consultant.  The purpose of this RFQ is to establish
  a short list of five A-E firms who will later be requested
  to provide a proposal for architectural and engineering services
  for one, two, or all three of the proposed facilities.  Total
  construction value for the three facilities is expected to
  be between $120 and $180 million.  The Seattle facility will
  consist of a main building with a service and inspection area
  housing two 1,100-foot long pits, a locomotive and car maintenance
  area with overhead bridge cranes and three two spot pit tracks,
  a parts storage area, offices and welfare facilities. Three
  separate structures will house the other parts of the operation.
  The six station fueling and sanding facility, and the wheel
  truing facility will be housed in one structure.  The wash
   rack will be a separate structure as also will the commissary.
  The total floor area of all buildings is approximately 188,000
  square feet.  The Oakland facility consists of a service and
  inspection canopy over two 1,100-foot long pits, one of which
  has a wheel truing machine located on it and the other a mail
  facility; a locomotive service and repair facility with three
  one spot locomotive pits and a two spot car pit together with
  associated parts storage, office and welfare facilities. Additionally
  a train wash facility and a separate four spot fueling and
  sanding facility will be constructed. Total area of the buildings
  is approximately 123,000 square feet.  The Los Angeles facility
  will upgrade the existing maintenance yard by lengthening
  the existing 1,000-foot long pit by 400 feet.; construct two
  new 1,110-foot long pits parallel to the existing pit; and,
  construct a canopy over approximately half of the pit area.
  A new four spot fueling and sanding facility and a future
  mail track and dock will be included in the plans. Total area
  of the building is approximately 60,000 square feet.  All
  respondents to this RFQ must show their capability of meeting
  the following insurance requirements: (1) Workers Compensation,
  $500,000.00 per occurrence; (2) General Liability, $2,000,000.00;
  (3) Auto Liability, $1,000,000.00; (4) Railroad Protective,
  $2,000,000.00 per occurrence, $6,000,000.00 annual aggregate;
  (5) Errors and Omissions, $5,000,000.00.  The following selection
  evaluation criteria, in relative order of importance, will
  be used in the evaluation of A-E firms to establish a short
  list for request for proposals: (1) Professional qualifications
  of team proposed in accomplishing design and engineering of
  Passenger Rail Maintenance Facilities; (2) Specialized recent
  experience and technical competence of proposed personnel
  to be assigned to the project, special attention will be given
  to the  project manager's experience in accomplishing design
   and engineering of Passenger Rail Maintenance Facilities;
  (3) Past performance on contracts with Government agencies
  and private industry in terms of cost control, quality of
  work, and compliance with performance schedules; (4) Capacity
  to accomplish the work in the required time; (5) Architect-Engineer
  firm's quality control practices/techniques; (6) Demonstrated
  success in prescribing the use of recovered materials and
  achieving waste reduction and energy efficiency in facility
  design;  (7) Location in the general geographical area of
  the projects and knowledge of the locality, building codes,
  and standards of the project; provided, that application of
  this criterion leaves an appropriate number of qualified firms,
  given the nature and size of the projects; (8) Use of Small
  or Small Disadvantaged or Women-owned Small Business firms
   shall also be considered. The Amtrak goal is 15%. Each firm's
  past performance and performance rating(s) will be reviewed
  during the evaluation process. All A-E firms which meet the
  requirements described in this announcement are invited to
  submit complete, updated Standard Forms (SF) 254, "Architect-Engineer
  and Related Services Questionnaire," and 255, "Architect-Engineer
  and Related Services Questionnaire for Specific Project" to
  the office and address shown above.  Standard form 255 is
  limited to 30 single type written pages including figures
  and photographs.  The Prime A-E shall submit 3 copies of the
  254/255 and include a Standard form 254 for each subconsultant.
  Submissions not meeting these requirements will not be considered
  in the evaluation process.  IN BLOCK 10 STATE WHY YOUR FIRM
  IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION
  EVALUATION CRITERIA. FOR SELECTION EVALUATION CRITERION ''(2)'',PROVIDE
  THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR
  THIS WORK USING THESE COLUMN HEADINGS: ''NAME'', ''RELATED
  PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', AND ''TECHNICAL
  ROLE''.  Show the office location where work will be done
  and describe the experience and location of those that will
  do the work.  Firms must submit forms to Amtrak West by 2:00
  p.m. PST, 21 days after publication of this notice in the
  CBD.  Should the date fall on a weekend or holiday, the forms
  will be due on the first workday thereafter.  This is not
  a request for a proposal.  
LINK N/A
LINKDESC: 
EMAIL N/A
EMAILDESC: 
CITE: (W-337 SN007609)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL.,
  RM 821, LOUISVILLE KY 40202-2230
SUBJECT: C--TOTAL ENVIRONMENTAL RESTORATION CONTRACT FOR VARIOUS
  CUSTOMERS WITHIN THE BOUNDARIES OF THE OHIO RIVER DIVISION,
  CORPS OF ENGINEERS
SOL DACA27-97-R-0015
DUE 022897
POC Contracting Officer Joseph L. Theobald (502) 582-6796 (Site
  Code DACA27)
DESC: The referenced cbd announcement published on 11/29/96 is
  modified as follows: You may fax your request as indicated
  in the last sentence, disregard the statement "no facsimile
  requests will be accepted". All other information remains as
  printed.
CITE: (I-337 SN007637)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 4801 8th St N., St. Cloud, MN 56303-2099
SUBJECT: C -- A/E DESIGN REPLACE FIRE ALARM SYSTEM
SOL 656-97-101
DUE 010697
POC Carol Vassar - 320-255-3609
DESC: Provide Architect Engineer Service to design working drawings
  and specifications to provide services to design a replacement
  fire alarm system for the VA Medical Center, St. Cloud, Minnesota.
  The facility is a campus layout with nine patient buildings
  and sixteen administrative/support buildings. The intent is
  to replace ADT Unimode System with a new state of the art addressable
  fire alarm system. A/E shall retain the services of a Fire
  Protection Engineer (FPE). The FPE shall be a registered professional
  fire protection engineer, have two years experience in application
  and interpretation of the National Fire Protection Association
  (NFPA) codes, have two years experience in the design/review
  of fire alarm systems and have two years experience in the
  design of health care facilities. Selection will be based on
  the following criteria: Recent specialized experience of firm
  in type of work required; professional capacity of the firm
  to accomplish the contemplated work within the time and cost
  limitations; recent experience of firm in the design; professional
  qualification of the staff, subcontractor, and consultants
  to be assigned to the project. The estimated construction cost
  is $350,000. Firms desiring consideration shall submit appropriate
  SF 254 and 255 no later than close of business January 6, 1997.
  This is not a request for proposal. The Standard Industrial
  Classification Code is 8712. This is set-aside for small business
  and restricted to a firm located in a 600 mile radius of St.
  Cloud, Minnesota.
CITE: (I-337 SN007699)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Centers for Disease Control and Prevention (PGO), 255
  East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305
SUBJECT: C -- DESIGN OF NEW REPLACEMENT PARKING FACILITY
SOL 97-43(N)
DUE 010697
POC Laurie Johnson, Contract Specialist, (404) 842-6553
DESC: Architect-Engineer services (including pre-design, schematic
  design, preliminary design, and final design documents) required
  for a new replacement parking facility for the Centers for
  Disease Control and Prevention (CDC). The new facility will
  be multi-level and include spaces for approximately 590 cars
  at the existing Clifton Road Campus, 1600 Clifton Road, Atlanta,
  Georgia. Parking facility design will include, but not be limited
  to site improvements; landscaping; hardscape, traffic planning;
  parking facility layout; security, control structures and equipment;
  architectural design and detailing; structural design and detailing;
  storm drainage and lighting design. The prime A-E firm must
  have considerable experience in designing parking facilities,
  including in-depth knowledge of the site infrastructure, landscape,
  hardscape, traffic planning, parking layout, parking control,
  security, structural, maintenance, and drainage and lighting
  elements of parking facility design. The design must be prepared
  according to the latest standards utilizing state-of-the-art
  processes and materials. Site work will include parking areas,
  driveway, public roadway interfaces, campus quadrangle, walkways,
  and utility extensions. The estimated construction cost is
  $4,860,000. The project will be designed using SI (System International)
  metric units of measurement. Final construction documents are
  required to be produced using AutoCAD Release 12 (or at the
  government's discretion, a more current release). Required
  disciplines include architectural, site planning, landscape
  architecture, electrical, mechanical, structural, civil engineering,
  cost estimating, value engineering, and parking systems consultant.
  Categories of evaluation criteria and associated weight factors
  to be applied in the selection process are as follows: (I)
  PROFESSIONAL QUALIFICATIONS--Relevant experience and qualifications
  of the A-E's key personnel as related to parking facility design
  (project architect - 5 points; project manager - 5 points;
  chief structural engineer - 5 points; and experience of the
  proposed team members working together on parking facility
  projects - 15 points). Total 30 points. (II) DESIGN EXPERTISE
  AND TECHNICAL ABILITY--The proposed team's specialized experience
  and technical competence including parking planning, engineering
  design and innovative architectural design. Total 20 points.
  (III) ORGANIZATION AND MANAGEMENT--A-E firm's demonstrated
  ability to manage a large project, maintain a project schedule
  and budget, and utilize a system of cost controls including
  value engineering. Total 25 points. (IV) EXPERIENCE OF FIRM--Past
  performance on similar contracts with Government agencies and
  private industry in terms of cost control, adherence to the
  project schedule, quality of design, and user satisfaction.
  Total 15 points. (V) LOCATION--The A-E firm, including major
  consultants, must have an active full-time production staff/business
  providing architectural-engineering services. The firm must
  also have been in business in it's current location providing
  A-E design and related services during the immediate past year.
  Firms located within 100 miles of CDC, Atlanta, Georgia will
  receive 10 points; Firms located within 500 miles of CDC, Atlanta,
  Georgia will receive 5 points; Firms located over 500 miles
  from CDC, Atlanta, Georgia will receive 0 points. Firms desiring
  consideration are invited to submit a letter of interest along
  with one copy each of completed SF 254 (SF 254 must be submitted
  for prime firm and each consultant) and SF 255. All SF 254s
  must be current reflecting a date not more than one year from
  the date of this notice. A maximum of ten sheets of supplemental
  information to SF 255, specifically responding to the above
  criteria including representative photographs or graphic examples
  of relevant parking facilities will be permitted. Responses
  are due by 2:00 p.m., local time, January 6, 1997. Firms are
  advised that in accordance with FAR 52.219-9, a large business
  successful offeror will be required to submit for approval
  a subcontracting plan outlining which portions of the work
  to be subcontracted will be awarded to small businesses, small
  disadvantaged businesses, and women-owned small businesses.
  An acceptable subcontracting plan must be agreed upon prior
  to contract award to any large business firm. Short-listed
  firms will be required to demonstrate a proactive effort to
  achieve the following minimum goals for subcontracted work:
  Small and Small Disadvantaged Business Concerns (20%), and
  Women-Owned Small Business Concerns (5%). Site visits will
  not be arranged during the submittal period. This is not a
  request for proposal.
CITE: (I-337 SN007718)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, Acquisition & Materiel Management
  Service, 2250 Leestown Road, Lexington, KY 40511-1093
SUBJECT: C -- CONVERT 2 WEST, AMBULATORY CARE
SOL 596-20-97
DUE 011097
POC Contact Point, Angie S. Napier, (606)281-3955, Contracting
  Officer, Joyce L. White, (606)281-3954, FAX (606)281-3971
DESC: Services of an Architectural/Engineering firm to provide
  programming, schematics, fully developed preliminary design,
  working drawings/construction documents and construction period
  services for Project No. 596-318, "Convert 2 West, Ambulatory
  Care" at VA Medical Center, Cooper Drive Division, Lexington,
  KY. Services shall include all necessary site investigation.
  A/E shall have successful work history in health care outpatient
  exam clinic and inpatient/outpatient pharmacy design. Certified
  Industrial Hygienist shall be included on design team for asbestos
  assessment, removal specifications, and monitoring. Drawings
  shall be accomplished on "CAD" and be compatible with VA autocad
  system format software, Autocad Release 13. Construction cost
  range: Between $2,000,000 and $5,000,000. Area of consideration
  is restricted to businesses within 100 mile radius of VAMC,
  Lexington, KY. Interested firms must submit appropriate data
  described in Numbered Note 25 no later than January 10, 1997.
  With reference to the Small Business Competitiveness Demonstration
  Program, this solicitation is unrestricted. Standard Industrial
  Classification No. for this procurement is 8712. This is not
  a RFP. See Note(s): 25.
CITE: (I-337 SN007727)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: AMM Service VA-NIHS, 2121 Lake Av, Fort Wayne, IN 46805
SUBJECT: C -- SECONDARY ELECTRIC, PHASE II
SOL 610A4-3-97
DUE 010697
POC Marjean Litzenberg
DESC: Provide A/E services to design project to service and expand
  the existing secondary electrical system supporting Building
  1 of the VA Northern Indiana Health Care System (Fort Wayne
  campus), located at 2121 Lake Avenue, Fort Wayne, IN. The design
  will include the following (1) Replacement of the 5 KV switchgear
  with 1500 KV switchgear, (2) Replace the lighting system in
  the stairwells, (3) Install additional emergency exit signs
  and replace existing signs with LED illuminated signs, (4)
  Install additional 480 distribution panels, (5) Install lighting
  controls to interface with the Energy Management System, (6)
  Replace the existing clock system, and (7) Expand the emergency
  power system. Selected A/E will complete architectural, electrical,
  mechanical and other related construction drawings and specifications.
  A/E must retain the services of a certified industrial hygienist
  to provide an asbestos assessment and, if necessary, asbestos
  abatement design. Construction period services include submittal
  review, construction meetings, site visits, inspections, asbestos
  abatement monitoring (if required), technical assistance, etc.
  Drawings must be generated utilizing AUTOCAD Release 12 (or
  higher), or compatible software. Estimated construction cost
  is $421,000. Area of consideration is limited to 150 mile radius
  of the VA NIHCS in Fort Wayne, Indiana. This is not a request
  for proposal and solicitations are not available. Qualified
  firms interested in being considered for this project are to
  submit their SF254 and SF255 to the issuing office by COB January
  6, 1997. Award of this solicitation is subject to the availability
  of funds. Notice of emerging small business applies to this
  solicitation in accordance with the Small Business Competitiveness
  Demonstration Program. The SIC code for this solicitation is
  8711; the size standard is annual average gross revenue for
  the past three fiscal years of $1.25 million or less.
CITE: (I-337 SN007753)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: C--CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS
SOL DACW09-97-R-0012
DUE 010397
POC A-E Contracting Branch, James W. Hogan, Jr. (213)452-3244
  or Sandy Oquita, (213) 452-3249, Technical Information, Robert
  L. Hall, (213) 452-3707 (Site Code DACW09)
DESC: 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks
  A-E Act, PL 92-582) for indefinite Delivery Contracts with
  emphasis on Civil Engineering for Civil Works Projects at Various
  Locations in the Los Angeles District (Southern California,
  Arizna, Southern Nevada) (Block 1 of SF 255). The majority
  of the work and services will be for Civil works projects.
  However there will be a smaller portion of the work and services
  for Military projects. This announcement is open to all businesses
  regardlessof size. If a large business is selected for this
  contract, it must comply with FAR 52.219-9 regarding the requirement
  for a subcontracting plan on that part of the work it intends
  to subcontract. The subcontracting goals for this contract
  are that a minimum of 60% of the contractor's intended subcontract
  amount will be placed with small businesses (SB), including
  small disadvantaged businesses (SDB), 10%, and womn-owned businesses
  (WOB) 5.0% The plan is not required with this submittal. There
  will be two (2) indefinite delivery contracts for Architect-Engineer
  services. The top ranked firm will be awarded the first contract.
  There may be delays, not to exceed twele months, between the
  award of the first and second contract. Ordinarily, task orders
  will be placed with the top ranked firm. However, a task order
  may be placed with the next ranked firm for the second contract,
  if the top ranked contractor does not have the capability to
  complete the task order in the required time period, or the
  top ranked contractor has performed unsatisfactorily on previous
  task orde(s) under the awarded contract, and or significantly
  less work has been placed under the second contract. The General
  Requirements (Appendix A) are similar for both contracts. Total
  cumulative amount not to exceed $1,000,000.00. The contracts
  will include n option for extension for second and third years
  with each optional year not to exceed $1,000,000.00. If contract
  amount for the base year period or preceding option year periods
  has been exhausted or nearly exhausted the Government has the
  option to exercise contract options before the expiration of
  the base year period or preceding option year periods. The
  estimated contract start date is March 97 fo a period of 12
  months (through March 98) Work is subject to availability of
  funds. Estimated construction cost is not applicable. 2. PROJECT
  INFORMATION: The work and services shall primarily consist
  of preparation of design analyses, engineering appendics, and
  plans and specifications for flood control projects. The contractor
  will conduct field investigations, prepare hydrology, hydraulics,
  geotechnical analyses reports, as well as civil, structural,
  architectural and landscape architecture, designs, including
  value engineering. Construction cost estimates must be performed
  using MCACES and in the civil works breakdown format structure.
  The Contractor wil be required to acquire the necessary software
  and training from the vendor. Relevant data bases will be furnished
  by the Los Angeles District. The firms selected for these contracts
  will be expected to submit a quality control/quality assurance
  plan and t adhere to it during the work and services required
  under the contract. In Block 10 of the SF 255 describe the
  firm's Design Quality Control Plan (DQCP), including Design
  Quality Assurance Plan (DQAP) of subcontractor(s) work. The
  plan must be prepared and approved by the Government as a condition
  of contract award, but is not required with this submission.
  3. SELECTION INFORMATION: See Note 24 for general election
  process. The selection criteria are listed below in descending
  order of importance. Criteria A through E are primary. Criteria
  F through H are secondary and will only be used as "tie-breakers"
  among technically equal firms: A. Professional Qualifiations
  in: (1) Civil Engineering (2) Structural engineering and (3)
  cost estimating. Supporting (subcontractors, if reqired) disciplines
  will include Mechanical and Electrical, Hydrology, Hydraulics,
  Geotech, Architecture and Landscape Architecture. B. Specialized
  Experience and Technical Competence in: (1) Civil design of
  urban flood control projects, including dams, levees, channels,
  and other flood cnveyances, (2) In the full scope of engineering
  of these facilities, (3) Preparation of engineering reports,
  for reconnaissance and feasibility studies, and design memoranda.
  (4) designing all facets of flood control projects in urban
  areas, including famiiarity with recent Corps of Engineers
  regulations on civil works projects. (5) preparing engineering
  reports, and contract drawings in a format compatible with
  Microstation. (6) Preparation of preliminary and final cost
  estimates using MCACES Gold (in the civil works breakdown structure),
  and (7) The capability to run the Automated Review Management
  Systems (ARMS). C. Capacity to accomplish the work in the rquired
  time and the availability of an adequate number of personnel
  in key disciplines. D. Past performance on DOD contracts and
  other contracts with respect to cost control, quality of work,
  and compliance with performance schedules. E. knowledge of
  the lcality such as geological features, climatic conditions,
  local material resources, and local construction methods. F.
  Geographic proximity (physical location) of the firm to the
  location of the project(s). G. Extext of the participation
  of SB, SDB, historically black colleges and univerities, and
  minority institutions in the proposed contract team, measured
  as a percentage of the estimated effort. H. Vlume of DOD contract
  awards in the last 12 months as described in Note 24. All firms
  that submit an SF 255 shall be notified with a post card acknowledging
  receipt of their response. The firms which are not recommended
  by the Pre-Selection Board to the Selction Board for further
  consideration, shall also be notified with a post card. The
  firms which are considered by the Selection Board but are not
  ranked for negotiation shall notified with a post card. The
  firms which are ranked for negotiation but are not selected
  for an award shall be notified after the award of the contract.
  The contract award shall be announced in the Commerce Business
  Daily. Consisten with the Department of Defense policy of effecting
  an equitable distribution of contracts among qualified Architect-Engineer
  firms including small, disadvantaged owned firms and firms
  that have not had prior DOD contracts (see Note 24), qualified
  small diadvantaged firm will receive consideration during selection
  and all other selection evaluation criteria being equal, also
  participation in a joint venture may become a determining factor
  for selection. Therefore, all offerors' submittals should specifically
  identify in the appropriate portions of the SF 255 all proposed
  small disadvantaged firm participation in the proposed activity
  to be accomplished by thecontractor (See Note 24). The Los
  Angeles District and Minority Business Development Agency are
  working with local Business Development Centers (BDC's) to
  provide assistance to Small Disadvantaged Business Concerns
  to participate in Government contracts. 4 SUBMISSION REQUIREMENTS:
  Interested A-E firms having the capabilities for this work
  are invited to submit one (1) completed Standard Form (SF)
  254 and 255, revised editions dated November 1992, Architect-Engineer
  and Related Services Questionnaires for the prime and one (1)
  SF 254 for each subcontractor/consultant, by addressing a transmittal
  letter to the office shown. Lengthy cover letters and geneic
  corporation brochures, or other presentations (such as BINDING
  of SF 254 and 255) beyond those to sufficiently present a complete
  and effective response are not desired. Phone calls and personal
  visits are discouraged. Response to this notice must be reeived
  within 30 calendar days from the date of issuance of this synopsis.
  If the 30th day is a weekend day or a Federal Holiday, the
  deadline is the close of business of the next business day.
  Include ACASS number of the office that will perform the work
  in Block 3b. Call the ACASS Center at 503-326-3459 to obtain
  a number. No other general notification will be made of this
  work. Solicitation packages re not provided for A-E contracts.
  Firms desiring consideration shall submit appropriate data
  as described in numbered Note 24.
CITE: (I-337 SN007627)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: SOUTHWESTNAVFACENGCOM, North Bay AFT, Code 521, 1220
  Pacific Highway, San Diego, CA 92132-5187
SUBJECT: C -- A-E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT
  FOR ENVIRONMENTAL ENGINEERING SERVICES TO IMPLEMENT THE NAVY
  INSTALLATION RESTORATION PROGRAM, NWS, SEAL BEACH, CALIFORNIA
SOL N68711-96-D-2299
DUE 010897
POC Anne Garrett/Contract Specialist, (619) 532-3708, Dottie
  LeStage/Contracting Officer, (619) 532-1301.
DESC: Firm Fixed Price. Indefinite Quantity Contract. The Southwest
  Division, Naval Facilities Engineering Command, San Diego,
  California is currently seeking professional services of an
  architect/engineering firm to provide environmental engineering
  services to implement the Navy Installation Program (IRP) at
  Naval Weapons Station, Seal Beach, California. The Navy has
  undertaken the IRP to identify and provide cleanup of past
  contamination at Naval facilities. The IRP program at Naval
  Weapons Station, Seal Beach (NWSSB) is an ongoing effort to
  investigate and remediate hazardous waste sites and achieve
  final closure. A-E services under this contract will provide
  environmental engineering services to implement the IRP at
  NWSSB. Professional services include performing Preliminary
  Assessment/Site Inspections (PA/SI), Remedial Investigation/
  Feasibility Studies (RI/FS), Removal Site Evaluations (RSE),
  preparation of Engineering Evaluations/Cost Analysis (EE/CA),
  Action Memorandums, and preparing Remedial Designs (RD). Included
  in this contract are requirements to prepare work Project Work
  Plans (WP), Quality Assurance Project Plans (QAPP), Sampling
  and Analysis Plans (SAP), Health and Safety Plans (HSP), Community
  Relations Plans (CRP), conducting field investigations, field
  sampling, analytical testing, data validation, human health
  and ecological risk assessments and Construction Contract Support
  Services (CCSS). Other A-E services include determination of
  remediation goals, specifying treatment options and making
  recommendations, negotiating with regulatory agencies, identifying
  and mitigating conflicting requirements placed on NWSSB by
  various agencies, coordinating IRP activities with various
  Naval and DoD commands and environmental regulatory agencies,
  conducting activity briefings/meetings, preparing California
  Environmental Quality Act (CEQA) Initial Study Checklists,
  and facilitating community relations via active participation
  with the Restoration Advisory Board and the public (scheduling
  meetings, preparation of agendas, minutes, news releases, visitor
  days, public days, public meetings, preparation of briefings,
  newsletters, and factsheets). A firm fixed price, Indefinite
  Quantity (IQ) contract is for $1,000,000 or 365 calendar days.
  The government has an option to award an additional $1,000,000
  or an additional 365 calendar days, whichever comes first,
  for a total of $2,000,000 or 730 calendar days. The individual
  delivery order limitation shall not exceed $200,000. The guaranteed
  minimum contract amount for the base year is $25,000. If the
  government exercises the option, the guaranteed minimum contract
  amount will be $25,000 for the option year. A-E Selection criteria
  will include (in order of importance): (1) Recent specialized
  experience of the firm and/or proposed consultants in the following
  areas of expertise: Providing professional A-E environmental
  engineering services for investigation of Comprehensive Environmental
  Response, Compensation and Liability Act (CERCLA), contaminated
  sites and evaluating cleanup technologies, preparing Preliminary
  Assessments/Site Inspections (PA/SI), Remedial Investigations/
  Feasibility Studies (RI/FS), Remedial Designs (RD), Removal
  Site Evaluations (RSE), Engineering Evaluations/Cost Analyses
  (EE/CA), Restoration Advisory Board support, developing and
  implementing Community Relations Program, interfacing with
  state and local environmental regulatory agencies, and preparation
  of CADD-based engineering drawings or documentation, (2) Professional
  qualifications and capabilities of the staff to be assigned
  to this project must include recent specialized experience
  in the area of providing professional A-E environmental engineering
  services for investigation of Comprehensive Environmental Response.
  Compensation and Liability Act (CERCLA), contaminated sites
  and evaluating cleanup technologies, preparing Preliminary
  Assessments/Site Inspections (PA/SI), Remedial Investigations/Feasibility
  Studies (RI/FS), Remedial Designs (RD), Removal Site Evaluations
  (RSE), Engineering Evaluations/ Cost Analyses (EE/CA), Restoration
  Advisory Board support, developing and implementing Community
  Relations Program, interfacing with state and local environmental
  regulatory agencies, and preparation of CADD-based engineering
  drawings or documentation, (3) Past performance on contracts
  with government agencies and private industry in terms of cost
  control, quality of work and compliance with performance schedules.
  Indicate by briefly describing internal quality assurance and
  cost control procedures and indicate team members who are responsible
  for monitoring these processes. List recent awards, commendations
  and other performance evaluations (do not submit copies). (4)
  Location in the general geographic area of the project and
  knowledge of the locality of the project, provided that the
  application of this criterion leaves an appropriate number
  of firms given the nature and size of this project. (5) Capacity
  to accomplish the work in the required time. Indicate the firms
  present workload and the availability of the project team (including
  consultants) for the specified contract performance period
  and indicate specialized equipment available and prior security
  clearances. (6) List the small or disadvantaged or woman-owned
  business firms used as primary consultants or as subconsultants.
  If a large business concern is selected for this contract,
  they will be required to submit a subcontracting plan that
  should reflect a minimum 5% Small Disadvantaged Business of
  the amount to be subcontracted out. Those firms which meet
  the requirements described in this announcement and wish to
  be considered, must submit one copy each of a SF 254 and a
  SF 255 for the firm and a SF 254 for each consultant listed
  in block 6 of the firms SF 255. One copy of the submittal package
  is to be received in this office no later than 3:00 P.M. Pacific
  Time on the due date indicated above. Should the due date fall
  on a weekend or holiday, the submittal package will be due
  the first workday there after. Submittals received after this
  date and time will not be considered. Additional information
  requested of applying firms: indicate solicitation number in
  block 2b, CEC (Contractor Establishment Code) and/or Duns number
  (for the address listed in block 3) and TIN number in block
  3, telefax number (if any) in block 3a and discuss why the
  firm is especially qualified based on the selection criteria
  in block 10 of the SF 255. For firms applying with multiple
  offices, indicate the office which completed each of the projects
  listed in block 8 and list which office is under contract for
  any contracts listed in block 9. Use block 10 of the SF 255
  to provide any additional information desired. Personal interviews
  may not be scheduled prior to selection of the most highly
  qualified firm. SF 255's shall not exceed 30 printed pages
  (double sided is two pages/organizational charts and photographs
  excluded, exception: photographs with text will be considered
  as a page). All information must be included on the SF 255
  (cover letter, other attachments and pages in excess of the
  30 page limit will not be included in the evaluation process).
  Firms not providing the requested information in the format
  (i.e. listing more than a total of 10 projects in block 8,
  not providing a brief description of the quality control plan,
  not listing which office of multiple office firms completed
  projects listed in block 8, etc.) directed by this synopsis
  may be negatively evaluated under selection criteria (3). Firms,
  their subsidiaries or affiliates, which design or prepare specifications
  for a construction contract or procurement of supplies cannot
  provide the construction or supplies. This limitation also
  applies to subsidiaries and affiliates of the firm. This is
  not a request for proposal. Telegraphic and facsimile SF 255's
  will not be accepted. Site visits will not be arranged during
  the submittal period. See Numbered Note(s): 24.
CITE: (I-337 SN007695)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Panama Canal Commission, Logistical Support Division,
  Purchasing and Contracts Br., APO, AA  34011-2300
SUBJECT: D-INVENTORY MANAGEMENT AND WAREHOUSING SOFTWARE PACKAGE
SOL CNC-86990-CC-29
DUE 012796
POC Berta Hollenberger, Contract Specialist, (507)  52-4690,
  Henry J. Stec, Contracting Officer, (507)  52-4690
DESC: To support the following functions: Inventory Control and
  Replenishment Planning; Customer Service; Order Management
  and Invoicing; Distribution; Outbound and Inbound Operations.
  Delivery: Via Airfreight, within 180 days FOB Origin, Freight
  Prepaid after receipt of notice of award.  When requesting
  solicitation, state name, address, and solicitation number.
   Requests will be accepted by Facsimile at 011-507-52-7661.
   All responsible sources may submit an offer which shall be
  considered by the Commission.  See Note 12.
CITE: (I-337 SN007650)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of the Treasury, Procurement Services Division,
  1500 Pennsylvania Ave NW, Rm 1438, Washington, DC 20220
SUBJECT: D -- APPLICATION SYSTEMS SUPPORT
SOL A-97-04
DUE 012097
POC Jeffrey Shane Compton, Contract Specialist, (202) 622-1287/Wanda
  Murphy, Contracting Officer (202) 622-0787.
DESC: The Department of Treasury, Automated Systems Division
  (ASD), is seeking a contractor to perform application systems
  support. ASD develops and maintains a variety of application
  systems ranging in complexity from small administrative and/or
  tracking systems on personal computers, local area networks
  (LAN) to large and complex database, document management, workflow,
  statistical, and econometric systems on minicomputers. The
  potential contractor will be expected to be dynamic and proactive
  in accommodating constant changes in priorities and technological
  changes/advancements. ASD requires fully demonstrative experience
  in Oracle DBMS Version 7 with Forms 3.0, Forms 4.5, PL/SQL,
  SQL*Plus, SQL*Menu, Oracle Designer 2000, Oracle Developer
  2000, etc., on a DEC VMS Platform, ViewStar document management
  and workflow software, Microsoft Visual Basic, Microsoft Access,
  Microsoft SQLServer and Fulcrum under Windows NT 3.5 and Novel
  Netware 4.1. Majority of the effort is expected to be performed
  on a fixed priced level of effort basis. In accordance with
  FAR 19.805, this acquisition is set-aside under the Small Business
  Administration's competitive 8(a) program. The applicable SIC
  code is 7371. Due to the large number of requests expected,
  all preliminary questions should be held until the receipt
  of the solicitation. The solicitation shall contain adequate
  information to address the majority of questions. Interested
  parties who have requested a copy of the solicitation under
  the SBA's Announcement Number 7700-96-603400 , should submit
  a new written request identifying the Treasury Solicitation
  Number A-97-04 and reference any previous request. All requests
  for information, copies of the solicitation, etc., should be
  addressed to Mr. Jeffrey Compton, Procurement Services Division,
  1500 Pennsylvania Ave NW, RM 1438, Washington, DC 20220, Phone
  (202) 622-1287. Requests may be faxed to (202) 622-2343.
CITE: (I-337 SN007701)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W.
  Hailey Avenue, Pendleton, Oregon 97801-3942
SUBJECT: F--CURRENT VEGETATIVE SURVEY REMEASUREMENT
SOL R6-14-97-10
DUE 013197
POC Merle Matthews, (541) 278-3843.
DESC: The Umatilla National Forest is soliciting bids for a current
  vegetative survey on the Umatilla and Wallowa-Whitman National
  Forests in Northeastern Oregon. About 300 CVS inventory plots
  will be remeasured in 1997. The plots are evenly spaced at
  about 3.4 mile intervals in all non-wilderness land. The previous
  inventory plot packets with photos and data can be viewed at
  1411 S.E. Byers Ave., Pendleton, OR. Estimated start work date:
  5/19/97. Contract time: 130 days. A 20% performance bond will
  be required. See Numbered Note 1.
CITE: (M-337 SN007532)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: FBOP, Community Corrections Contracting, 320 First Street,
  N.W., Wash., D.C. 20534
SUBJECT: G -- RESIDENTIAL COMMUNITY CORRECTIONS CENTER SERVICES
SOL RFP 200-376-M
DUE 022896
POC Donald M. Comer, Contracting Officer, (202) 307-3070.
DESC: Community Corrections Center Services. Concerns having
  the ability for providing community residential corrections
  facility(s) services for male and female federal offenders.
  Interested offerors are requested to give written notification
  (including telephone number and a point of contact) to the
  contracting office listed in this notice. Services required
  to include care, custody, control accountability and treatement,
  to include furnishing of subsistence and medical and dental
  treatement. The services described shall be in accordance with
  the Bureau of Prisons' Statement of Work. Location of the facility
  shall be in the Roanoke, Virginia area. Estimated total number
  of mandays are 14,600 mandays for the base period, 8,030 mandays
  for the first option year, and 8,733 mandays for the second
  option year and 9,607 mandays for the third option year respectively.
  Estimated RFP issue date is o/a January 3, 1997. The Contract
  base period is 2 years, with three one-year options to renew.
  A requirements contract is anticipated. All responsible sources
  may submit a proposal which shall be considered by this agency.
  No collect calls will be accepted. No telephone calls for solicitations
  will be accepted.
CITE: (I-337 SN007700)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 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 -- RESIDENTIAL COMMUNITY CORRECTIONS CENTER SERVICES
SOL RFP 200-373-W
DUE 020797
POC Pamela C. Wrentz, Contract Specialist, (202) 307-3070.
DESC: The place of performance is corrected to read: The geographically
  defined area of Rock Springs, Wyoming. The geogrpahic-district
  incorporating the Greater Metropolitan area of Rock Springs,
  Wyoming is more precisely defined as follows: North: Stagecoach
  Boulevard - West: Sweetwater Drive to Clear View South: Quealy
  Road - East: Interstate #80 to Rock Springs Mun. Airport.
CITE: (I-337 SN007726)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: USDA, Food Safety and Inspection Service, ASD, PCS, Room
  2161 South Building, 1400 Independence Avenue SW, Washington,
  DC 20250-3700
SUBJECT: H -- 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 4, 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-337 SN007666)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Department of Veterans Affairs Medical Center, 4101 Woolworth
  Avenue, Omaha, NE 68105
SUBJECT: H -- H--PHOTODOSIMETRY SERVICES FOR FILM BADGES
SOL RFP No. 636-34-97
DUE 012397
POC Karen Goodell, 402-449-0613, or Jeannine McCormick, 402-346-8800
  Ext 4509
DESC: Contractor to provide all necessary supplies and services
  for furnishing all radiation badge (Photodosimetry) for the
  measuring of personnel exposure to nuclear radiation for the
  Department of Veterans Affairs Medical Center, 4101 Woolworth
  Avenue, Omaha,Nebraska 68105, for the period commencing March
  1, 1997, through February 28, 1998, and subsequent renewal
  periods. RFP No. 636-34-97 has been assigned to solicitation
  and will be available approximately December 24, 1996 and will
  be due back by close of business January 23, 1997. Requests
  for this solicitation must be made in writing and may be faxed
  to 402-449-0612.
CITE: (I-337 SN007737)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services--Potential
  Sources Sought
OFFADD: AFFTC/PKAB, Directorate of Contracting, 5 S Wolfe Ave,
  Edwards AFB CA 93524-1185
SUBJECT: H -- WINDBLAST DYNAMIC EJECTION PRESSURE SIMULATION
SOL F04611-97-R0025
POC Tamia True, Contract Negotiator, (805) 277-3900 x2263 John
  Adair, Contracting Officer, (805) 277-3900 x2230.
DESC: THIS IS NOT A SOLICITATION. The purpose of this notice
  is to identify interested, capable sources for windblast testing
  of various aircrew equipment during simulated emergency ejections.
  A firm fixed price contract is anticipated. Applicable contractor
  screening criteria for this sources sought notice: The contractor
  shall possess the facilities to provide windblasts from 125
  Knots Equivalent Airspeed (KEAS) to 600 KEAS. The windblast
  test facility must have the capability to provide high-speed
  color motion picture and video coverage of the simulated ejections.
  Data analysis of the windblast test include a high speed data
  acquisition system capable of capturing data at a rate of 2000
  Hertz. Technical services include analysis of test results,
  performance of failure analysis and when required recommendations
  and development of engineering changes. The contract when awarded
  will be for a basic one-year period with four option years.
  All sources interested in responding to this market research
  notice are required to provide a capabilities statement addressing
  the above noted criteria. Include relevant background and experience,
  and points of contact/telephone numbers from previous contracts
  for the same or similar services. Those responding shall also
  include their business size and type. The SIC code is 8734;
  size standard is $5 Million gross revenused (average over the
  last three fiscal years). Responses are to be sent to Tamia
  A. True, at the above address, no later than 12 Dec 96. Depending
  on the responses received from this publication, the acquisition
  may be set aside for small business concerns, reserved for
  the 8(a) program, etc. Note 22 applies. Telephone requests
  to be placed on the mailing list will not be honored.
CITE: (I-337 SN007733)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, Room 7000, 10 South Howard Street, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: J -- SMOKE EVACUATION TESTING, AJCC, FORT RITCHIE, MD
SOL DACW31-97-T-0033
DUE 121896
POC Marianne Stakem (410) 962-0972
DESC: Correction:  This action originally publicized in the Commerce
  Business Daily o/a 26 November 1996 is hereby amended to read:
  "SIC 7382, small business size standard $9.0 million.
CITE: (I-337 SN007603)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: J -- CONFIGURATION MANAGEMENT OF AVIONICS SYSTEMS FOR
  SH-60 SDLM
SOL N/A
POC Contact, Carolyn Barrow, Phone (703)604-2000
DESC: The Naval Air Systems Command (NAVAIRSYSCOM) has a requirement
  for the configuration management of avionics systems and components
  for SH-60 aircraft inducted into the standard depot level maintenance
  (SDLM) program. NAVAIRSYSCOM intends to contract with Lockheed
  Martin Federal Systems (LMFS), Owego, New York for this requirement
  because LMFS is the sole designer and developer of the SH-60
  LAMPS MK III avionics subsystems. LMFS is the only company
  with the expertise, personnel, and facilities required to perform
  this effort within the required timeframe. See note No. 22
  - NAVAIR Synopsis No. 30181-96.
CITE: (I-337 SN007715)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: AFDTC/PKOV, 205West D. Ave., Suite 541, Eglin AFB FL
  32542-6862
SUBJECT: J -- MONTHLY PREVENTIVE MAINTENANCE AND UNLIMITED SERVICE
  CALLS DURING THE PERIOD OF 01 JANUARY 97 THROUGH 30 SEPTEMBER
  FOR AN ODETICS 421AT STAND ALONE APERTURE CARD DUPLICATOR (2
  EA.)
SOL F08651-97-Q-0919
DUE 121896
POC Contact Mohammad B. Yaqub, Contract Specialist, (904)-882-
  4230ext.5232, Megan K. Monaghan, Contracting Officer, (9040-882-
  3519ext.5231.
DESC: The Air Force Development Test Center (AFDTC), Eglin AFB
  FL, intends to award a contract for maintenance of two ODETICS
  421 AT Standalone Aperture Card Duplicators to Odetics Inc.,
  Anaheim, CA. Maintenance shall consist of cleaning, lubricating,
  adjusting, and replacement of parts to keep the machines in
  good operating condition. The contractor shall furnish all
  parts at no additional charge except those damaged by carelessness,
  misuse, fire, flood, or other disaster, and consumable parts.
  All parts shall be new and of original manufacturer, or equal.
  The contractor shall perform monthly preventive maintenance
  inspections. Maintenance services include all service calls
  required to maintain the machines in good working order. The
  contractor shall begin work on any machine no later than 12
  working hours after receipt of call for service. The Standard
  Industrial Classification Code (SIC Code) for this acquisition
  is 7629 ($5 million). Please identify whether you are a large
  or small business based on this SIC Code. Telephone requests
  for solicitation sets will not be accepted. Written requests
  may be sent 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/PKOV. See Numbered Note
  22.
CITE: (I-337 SN007742)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (v), U.S. Coast Guard, Maintenance & Logistics
  Command Atlantic, 300 East Main Street, Suite 600, Norfolk,
  VA 23510-9102
SUBJECT: J -- DRYDOCK REPAIRS USCGC POINT WARDE (WPB-82368)
SOL DTCG80-97-B-3FA713
DUE 012797
POC Contact Ms. Janet Martin, Contract Specialist, (757) 628-4640
  or Mr. Kevin Brumfiel, Contracting Officer, (757) 628-4635
DESC: Provide all labor, material and equipment necessary to
  perform drydock repairs including but not limited to the following
  items: (1) Welding repairs, (2) Renew longitudinal in engine
  room, (3) Repair eroded weld, (4) Repair bulkhead 40, (5) Fabricate
  and install rope guards, (6) Remove, inspect and reinstall
  propeller shaft, (7) Renew water-lubricated shaft, (8) Renew
  water-lubricated starboard shaft bearings, (9) Remove, inspect,
  and reinstall propeller, (10) Preserve the transducer hull
  ring and renew the depth indicating transducer, (11) Renew
  supply ventilation ducting and overhaul supply fan, (12) Overhaul,
  renew and test valves, (13) Inspect and overhaul sea strainers,
  (14) Modify generator sea chest suction valves, (15) Remove,
  inspect, and reinstall rudder, (16) Replace sewage tank assembly
  and tank level sensing system (shipalt 82C-B-127), (17) Renew
  joiner bulkheads and sheathing, (18) Furnish and install vertical
  ladder, (19) Preserve lazarette bilges, (20) Clean and inspect
  diesel fuel tanks, (21) Remove, dispose, and provide new fuel
  oil (1,000 gallons), (22) Preserve main hold bilges, (23) Preserve
  forward peak void, (24) Preserve Underwater body, (25) Clean,
  inspect, and disinfect potable water tank, (26) Preserve sewage
  void, (27) Renew corrosion preventive zinc anodes, (28) Provide
  temporary berthing, (29) Upgrade ammunition arms, and explosive
  storage (shipalt 82A-A-119, 82C-A-135, 82D-A-107), (30) Provide
  temporary logistics, (31) Ultrasonic Testing, (32) Provide
  temporary logistics, (33) Routine drydocking, (34) Renew bimetallic
  transition joint, (35) Align caterpillar main engine, (36)
  renew stern tube, (37) Renew propeller shaft coupling, (38)
  Renew shaft covering, (39) Straighten shaft, (40) Renew shaft
  sleeve, (41) Minor repair and recondition propeller, (42) Preserve
  antennas and antenna foundations, (43) Renew rudder port/housing,
  (44) Preserve lazarette, (45) Preserve forepeak compartment,
  (46) Preserve main deck, (47) Remove, dispose and provide new
  fuel oil (200 gallon units), (48) Preserve potable water tank.
  Vessel availability schedule is 03 MAR 97 for 42 calendar days.
  Vessel is 82 Feet and 10 inches in length and Breadth, Extreme
  is 17 feet and 7 inches. The vessel homeport is Wrightsville
  Beach, NC. This availability will be performed at the contractor's
  facility. A charge of $100.00 is required in the form of a
  certified check or money order made payable to the U.S. Coast
  Guard for requested drawings. The proposed contract listed
  here is part of the Small Business Competitiveness Demonstration
  Program. Plans and specifications will be issued on or after
  12/19/96 from our office location, Commander (vpl-1), Maintenance
  & Logistics Command, Atlantic, 300 East Main Street, Suite
  600, Norfolk, VA 23510-9102. All responsible sources may submit
  a bid which shall be considered by the United States Coast
  Guard.
CITE: (I-337 SN007745)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: VA Medical Center, Contracting Office (90), 4801 Linwood
  Blvd., Kansas City, MO 64128-2295
SUBJECT: J -- SOURCES SOUGHT FOR TESTING & CALIBRATION OF SWITCHGEAR
SOL 589-97-1-088-0056
DUE 121896
POC H.W. Smith, (816) 922-2063
DESC: Switchgear testing & calibration in accordance with specifications
  for Electric Power Distribution equipment and systems as developed
  by NETA (National Electrical Testing Association). Firms having
  the ability to provide this service should notify the CO in
  writing prior to COB 12-18-96. Fax'd request will be accepted.
  Fax # (816) 922-3331.
CITE: (I-337 SN007665)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: VA Medical Center, Contracting Officer (90), 4801 Linwood
  Blvd., Kansas City, MO 64128-2295
SUBJECT: J -- SOURCES SOUGHT FOR PREVENTIVE MAINTENANCE SERVICE
  ON EPE CORE COMPUTER SYSTEM
SOL 589-97-1-088-0058
DUE 121896
POC Contracting Officer, H.W. Smith, (816) 922-2053
DESC: Preventive maintenance service on UPS Core Computer System,
  EPE Model #UPS4037T480-208. Firms having the ability to provide
  this service should notify the CO in writing prior to COB 12/18/96.
  Fax'd requests will be accepted. Fax # (816) 922-3331.
CITE: (I-337 SN007669)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment--Potential Sources Sought
OFFADD: AFFTC/PKAB, Directorate of Contracting, 5 S Wolfe Ave,
  Edwards AFB CA 93524-1185
SUBJECT: K -- F-16 BLOCK 30 NIGHT VISION IMAGING SYSTEM UPGRADES
SOL F04611-97R0018
POC Tamia True, Contract Negotiator, (805) 277-3900 x2263 John
  Adair, Contracting Officer, (805) 277-3900 x2230.
DESC: THIS IS NOT A SOLICITATION. The purpose of this notice
  is to identify interested, capable sources for F-16 Block 30
  Night Vision Imaging System (NVIS) upgrades required for three
  Air Force Flight Test Center aircraft. Applicable contractor
  screening criteria for this sources sought notice: Contractor
  will assist 416 FLTS personnel to modify three F-16s (four
  cockpits, three exteriors) with NVIS lighting. These upgrades
  will allow for the use of Night Vision Goggles (NVG) without
  degrading the ability of the pilot to use the flight instruments
  or reduce the visibility of the exterior navigation lights
  to the unaided eye. Contractor will accomplish a survey of
  the three aircraft planned for modification and provide a delivery
  schedule for each of the three kits. This survey will be performed
  at Edwards AFB, CA. Modifications will include kits for two
  single seat Block 30 aircraft, F-16C USAF S/N 80-0557 and F-16C
  USAF S/N 83-1120 and one two seat Block 15 Air Defense Fighter
  aircraft, F-16B USAF S/N 81-0817. All three aircraft will be
  100% NVG compatible. Aircraft 81-0817 will be modified to duplicate
  the USAF Air Defense Fighter NVIS lighting capability and aircraft
  80-0557 and 83-1120 will duplicate the USAF Block 30 lighting
  capability. All cockpit lights and exterior lights of the three
  aircraft will be modified. The external lighting control panel
  will be modified to include an option for NVIS exterior lighting.
  All sources interested in responding to this market research
  notice are required to provide a capabilities statement addressing
  the above noted criteria. Include relevant background and experience,
  and points of contact/telephone numbers from previous contracts
  for the same or similar services. Those responding shall also
  include their business size and type.SIC Code is 7389; size
  standard $5 Million gross revenues (average over the last three
  fiscal years). Responses are to be sent to Tamia A. True, at
  the above address, no later than 12 Dec 96. Depending on the
  responses received from this publication, the acquisition may
  be set aside for small business concerns, reserved for the
  8(a) program, etc. Note 22 applies. Telephone requests to be
  placed on the mailing list will not be honored.
CITE: (I-337 SN007732)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: National Park Service, Golden Gate National Receration
  Area, Contracting Office, Building 201, Fort Mason, San Francisco,
  CA 94123
SUBJECT: M -- OPERATION AND MAINTENANCE OF TELECOMMUNICATIONS
  (TELEPHONE) SYSTEM
SOL 1443RP-8140-96-014
DUE 013197
POC Point of Contact-Linda Wong, Contract Specialist, 415-556-2488
DESC: CORRECTION - The original synopsis was published April
  4, 1996 and is modified as follows: The National Park Service,
  Golden Gate National Recreation Area, San Francisco, CA, has
  identified a requirement to procure services of a qualified
  firm to operate and maintain a telecommunications/telephone
  system principally located at the Presidio of San Francisco.
    Other areas of Golden Gate NRA, such as, but not limited
  to,  East Fort Baker, Fort Cronkhite, Fort Barry, Fort Mason,
  and Fort Point, may be included in the covered areas subject
  to the terms of the Statement of Work, at the discretion of
  Golden Gate NRA.    It is anticipated that contract award shall
  be for a base period and four (4) 1-year options, exercisable
  at the sole discretion of Golden Gate NRA, subject to availability
  of funds.  The base period shall be from date of contract award
  through September 30, 1997.  The stated purpose of this operation
  and maintenance service contract shall be to provide all on-site
  resources including staffing and equipment necessary to operate
  the telecommunications/telephone system, including but not
  limited to a Business Office with service desk, voice mail
  and billing system; a switching system, an outside plant, inside
  plant and transmission equipment.  The successful offeror shall
  be required to provide routine and non-routine, emergency 
   maintenance as necessary to assure continuation of uninterrupted
   service to serviced clients.  Elements to be maintained and
  operated include, but are not limited to switching system equipped
  with AT&T 5ESS version 9.2 switch and associated optical remote
  switching modules, outside cable plant including fiber optic
  and metallic cabling, inside cable plant and installation services
  including cabling, LAN, instrument and equipment installation
  and repair, and transmission equipment infrastructure  including
  SONET and SLC2000 systems. The following criteria will be 
  used in the evaluation of proposals:  (1) Professional qualifications
  of the project site manager and proposed staff, including experience
  in the telecommunications field; (2) Documentation of professional
  certification requirements for staff as set forth in the Statement
  of Work; (3) Specialized and recent experience of the firm
  including expertise with projects similar in scope and technical
  requirements; (4) Capacity to manage and staff multiple telephone
  system projects; (5) Past performance on telephone operations
  and maintenance projects with government agencies and private
  industry in terms of cost control, customer service, quality
  of engineering and technical work, in conformance with performance
  standards, service response time, and restoral time set forth
  in the Statement of Work; (6) Demonstrated capability of drafting
  standard operating procedures and technical reports with reference
  to sample operating procedures for a telecom business office
  and switching system, and workmanship manuals to be submitted
  as an appendix to the proposal; (7) Demonstration of financial
  capability necessary to staff and perform a project of this
  scope; and (8) local business or telephone operations center
  within 100 miles of the Telecommunications/Telephone Center,
  Building 67, Presidio of San Francisco, Golden Gate NRA. The
  applicable SIC Code is 8744.  This solicitation is an unrestricted
  procurement inviting full and open competition. The National
  Park Service, Golden Gate NRA, welcomes and encourages small,
  small disadvantaged, and women-owned business concerns to participate.
   Solicitation documents will be available o/a 12/31/96.  There
  is a non-refundable fee for the solicitation. Requests for
  the solicitation MUST be submitted in writing to the address
  contained herein.  All interested firms will be notified of
  the non-refundable fee which will be established at a later
  date.  The firms who responded to the original synopsis need
  not resubmit their interest.  Subcontracting plans may be required
  from all large business concerns with their initial offers
  which will identify percentage goals for using small, small
  disadvantaged, and women-owned business concerns.  THE GOVERNMENT
  RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE
  OR AFTER THE RFP CLOSING, WITH NO OBLIGATION TO THE OFFEROR
  BY THE GOVERNMENT.  All responsible sources may submit a offer
  which shall be considered.*****
CITE: (W-337 SN007611)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: AFFTC/PKAA, Directorate of Contracting, 5 S Wolfe Ave,
  Edwards AFB CA 93524-1185
SUBJECT: M -- BASE SUPPLY SERVICES FOR EDWARDS AFB, CA
SOL F04611-97-R-0002
DUE 060397
POC Alfred Jacobson, Contracting Officer, (805) 277-3900, ext.
  2221.
DESC: The Air Force Flight Test Center (AFFTC), Edwards AFB,
  California is conducting a cost comparison study of its base
  supply operation under OMB Circular A-76. The purpose of the
  study is to determine whether in-house (civil service) or contractor
  performance is more cost effective. The services are currently
  being performed by the Government. A contract will be awarded
  only if this study reveals that contractor performance is the
  most cost effective alternative. The requirement under study
  consists of the Edwards AFB supply function, to include fuels
  management. The Edwards AFB supply operation is part of the
  Air Force Standard Base Supply System as defined in Air Force
  Manual 23-110. Performance under any resultant contract must
  be interface compatible with the AF Standard Base Supply System.
  Services entail the ordering, receiving, storing, and distribution/delivery
  of various supplies and equipment required in the overall operation
  of Edwards AFB, including (but not limited to) administrative
  supplies, furniture, fixtures, test equipment, tools, computer
  equipment, and aircraft/weapon systems parts and equipment.
  Services also include the ordering, receiving, storing, and
  distribution of hazardous materials, including (but not limited
  to) paints, solvents, acids, cylinder gases, glues, cryogenics,
  liquid and solid rocket propellants, and ground and aviation
  fuels. Other responsibilities include maintaining minimum customer
  requirement stock levels, returning and reordering defective
  materials/supplies, and performing mission immediate capability
  (MICAP) support for multiple weapon systems. A Secret clearance
  is required to handle Communications Security (COMSEC) equipment
  and other classified items. This requirement is being set aside
  exclusively for small business participation. The Standard
  Industrial Classification (SIC) code is 8744, and the applicable
  size standard is $20 million (gross revenues averaged over
  the past three years). The AFFTC is utilizing the Internet
  (Address: http://cpf.edwards.af.mil/contract/) to elicit public
  review and comment on solicitation documents. The Internet
  site currently contains the preliminary draft of the Supply
  performance work statement (PWS). A separate PWS for the Fuels
  Management portion of the requirement will be added in approximately
  two weeks. As they are developed, sections of the solicitation
  itself will be added to the site incrementally until a complete
  draft solicitation results. The AFFTC invites potential offerors
  to submit questions, comments, and suggestions concerning any
  and all draft documents. Such input may be submitted by FAX
  to (805) 258-9651, attention Alfred Jacobson, or by email (Address:
  jacobsoj%pk@mhs.elan.af.mil). In the interest of creating the
  highest quality package possible, all questions and comments
  will be reviewed and considered by the Government. The draft
  documents will be revised periodically on the Internet site
  when considered practical. Documents may be downloaded from
  the Internet site; the Government does not intend to provide
  hard copies of any of the draft documents.
CITE: (I-337 SN007734)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs, Chief, A&MMS (90C) Alvin
  C, York VA Medical Center Murfreesboro, TN 37129
SUBJECT: Q -- SLEEP STUDY TECHNICIAN
SOL 622-24-97
DUE 010997
POC Tammy W. Hahn, Contracting Officer, 615-893-1360 Ext. 3232
DESC: The Alvin C. York VA Medical Center requires Sleep Study
  Technician Services for the period 6 months from date of award
  at the Alvin C. York VA Medical Center, 3400 Lebanon Road,
  Murfreesboro, Tennessee. Requests for Solicitation 622-24-97
  must be requested on firm letterhead. Bid material available
  12/20/96. Bid opening date is 1/9/97. Requests may be faxed
  to (615) 904-8848.
CITE: (I-337 SN007674)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DHHS, PSC, DAM, GAB, Room 5-101, Parklawn Building, 5600
  Fishers Lane, Rockville, MD 20857
SUBJECT: Q -- OFF-SITE PHARMACY SERVICES
SOL 282-97-0012
POC Wendy Cottrell, Contract Specialist, Margaret M. Kelly, Contracting
  Officer, (301) 443-2475.
DESC: The Health Resources and Services Administration/DHHS is
  seeking a one year contract, with the option to renew up to
  four additional years to provide professional off-site pharmacy
  services through a mail order system to detainee patients at
  selected medical facilities around the country. All requests
  for solicitations must be in writing and reference RFP 282-97-0012.
  Request may be faxed (301) 443-3849.
CITE: (I-337 SN007735)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services--Potential Sources Sought
OFFADD: Dept. of Veterabs Affairs Black Hills Health Care System,
  500 North 5th Street, Hot Springs, SD 57757
SUBJECT: Q -- CARDIOLOGY SERVICES
SOL 568-07-97
DUE 010697
POC Joann Walker, 605-745-2070
DESC: Contractor to provide cardiology services for the VA Black
  Hills Health Care System located at Hot Springs and Ft. Meade,
  South Dakota. Contract shall be for a one year period with
  options to renew. Requests for the solicitation package shall
  be in writing. Subject to the availability of funds. Applicable
  SIC code is 8011. All responsible parties may submit a bid
  which will be considered.
CITE: (I-337 SN007754)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Housing and Urban Development, Government
  National Mortgage Association (Ginnie Mae), Contracting Division,
  Room 6151, 451 Seventh Street, S.W., Washington, DC 20410.
SUBJECT: R--MASTER SUBSERVICER FOR SINGLE FAMILY HOUSING
POC Susan M. Taylor, Contracting Officer (202) 708-4531.
DESC: Ginnie Mae, a wholly-owned Government corporation which
  provides a secondary market for government insured/guaranteed
  loans through its Mortgage-Backed Securities programs, is soliciting
  for multiple contractors to provide the servicing of single
  family housing portfolios when Ginnie Mae either places a Ginnie
  Mae issuer in default or transfers its existing defaulted portfolio.
  Since 1986, Ginnie Mae has defaulted approximately 54 single
  family issuers and by so doing assumed the issuer responsibility
  for over $14 billion in mortgage/pools. As a result of sales
  of servicing rights and principal run off, the Ginnie Mae held
  portfolio now consists of about $767 million. The role of the
  master subservicers shall be to perform the complete range
  of  services expected of a company servicing its own portfolio.
  RFP GNMA-97-F-01 will be issued on or about January 9. Brief
  written proposals limited to resumes of key personnel and past
  performance of the firm, and consisting of no more than 30
  pages, will be due 30 days after issuance of the solicitation.
  Those firms which pass this portion of the competition will
  be invited to present an oral presentation of their technical
  approach. This solicitation has no restriction as to the size
  of a firm which may offer. SIC 7389 applies. All interested
  firms should submit their requests for RFP GNMA-97-F-01 in
  writing or by facsimile (202) 708-3239. Telephonic requests
  will not be honored.
CITE: (M-337 SN007613)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USACED, SACRAMENTO, OFC REC/LOAD DOCK,MF: BLOCK #4, 1325
  J STREET, SACRAMENTO CA 95814-2922
SUBJECT: R--ENVIRONMENTAL CONSULTANTS/R512
SOL DACW05-97-Q-0043
DUE 120696
POC Purchasing Agent Beverly Hatfield (916) 557-5232 FAX: 916/557-5264
  (Site Code DACA05)
DESC: Notice of intent to award with Jones & Stokes Associates,
  Inc for labor, material, and equipment necessary to provide
  consultant services in support of the Middle Creek, Shasta
  County, California, Ecosystem Restoration Reconnaissance Study.
  The invesigation of the potential for restoration of Middle
  Creek ecosystem functions and values. If interested in specifications
  for this quotation, firms are required to provide their name,
  street and mailing address, telephone number and fax number,
  also the quoation number of the project. request shall be mailed
  to USACED SACRAMENTO, ATTN: B. Hatfield, 1325 J Street, Room
  878, Purchase Branch, Sacramento, CA 95814-2922 or FAX to ATTN:
  B. Hatfield, 916/557/5264. This request is being processed
  under the Simplified Acquisition Procedures.
CITE: (I-337 SN007625)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DHHS/FDA/OFACS/ CONTRACTS OPERATIONS BRANCH, HFA-512,
  5600 FISHERS LANE, PARK BUILDING, RM 3-32, ROCKVILLE, MD 20857
SUBJECT: R -- FREEZER REPOSITORY & COURIER SERVICE
SOL 223-97-1382
DUE 013197
POC Paul Scarborough, Contracting Officer, (301) 443-4420, FAX
  (301) 443-3651
DESC: The FDA has a requirement for the maintenance and storage
  of approximately 25 upright ultra low temperature freezers.
  The storage facility must have a remote and central alarm security
  system with each individual freezer connected to the alarm
  system. The freezers contain infectious as well as non-infectious
  biologic materials. The contractor will also be required to
  provide a courier trained in safely handling and transporting
  biologic materials between the facility and the NIH campus
  located in Bethesda, Maryland. The solicitation is to be issued
  on or about 12/20/96 and will be available upon written or
  faxed request. See Note(s): 1.
CITE: (I-337 SN007683)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Chief, A&MMS (90C), VA Medical Center, 1201 Broad Rock
  Boulevard, Richmond, VA 23249
SUBJECT: R -- TRANSCRIPTION SERVICES
SOL RFP 652-62-97
DUE 011897
POC Mary A. Moss
DESC: Provide transcription services to the VA Medical Center,
  Richmond, VA for the period February 1, 1997 through January
  31, 1998 with the option to renew for four additional years.
  The contractor will be required to transcribe discharge summaries,
  progress reports, operative reports, procedure reports and
  radiology reports. Radiology reports are required to be transcribed
  within 24 hours of dictation. Issue o/a 12/18/96 with BOD o/a
  1/18/97. All requests must be submitted in writing. See Note(s):
  2.
CITE: (I-337 SN007693)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 49th Contracting Squadron/LGCV, PO Drawer S, Holloman
  AFB NM 88330-1601
SUBJECT: R--TELEPHONE OPERATIONS
SOL F29651-97-R-0007
DUE 012297
POC SSgt Jeff Quick   (505)475-2093
DESC:  Services Non-Personal: Telephone Operations for Holloman
  AFB,NM. Operates the telephone switchboard by providing command
  and control and administrative telephone service for over 5,500
  customers including all active duty military, Air National
  Guard, Reserve, Department of Defense, and non-appropriated
  fund organizations.  Telephone operations is responsible for
  operating automatic and manual administrative telephone exchanges,
  providing long distance telephone assistance, directory assistance,
  development and maintenance of the base telephone directory,
  answering customer complaints, and providing customer education.
   The switchboard handles approximately 12,000-14,000 calls
  weekly for telephone and directory assistance.  The telephone
  directory is published once each year and is about 71 pages,
  although the database containing this information is updated
  almost daily.  Answering customer complaints and providing
  customer education vary according to the various situations.
   Various reports are required on a monthly, quarterly, semi-annual,
  annual, and biannual basis.  Performance period is anticipated
  to begin on or about 1 Apr 97 through 30 Sep 97 for basic year
  with four (4) one (1) year options; It is contemplated that
  a formal solicitation will be issued on or about 23 Dec 96
  with a proposal due date on or about 22 Jan 97. All responsible
  sources may submit a proposal which will be considered.  The
  proposed acquisition is intended to be 100% small business
  set-aside.  If adequate interest is not received from at least
  two (2) or more small business concerns, the solicitation will
  be issued on an unrestricted basis without further notice.
   The Standard Industrial Classification (SIC) code for this
  service is 7389 and the small business size standard applicable
  to the acquisition is 5.0 Million.  Please include your business
  size, CAGE Code, phone number, and address including the 9
  digit zip code and solicitation number in your written request
  for a solicitation package.  Fax Requests may be sent to 505-475-2107.
CITE: (W-337 SN007755)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 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--CUSTODIAL SERVICES FOR FORT DRUM COMMISSARY LOCATED
  IN NEW YORK
SOL DECA01-97-T-0156
DUE 121696
POC Contract Specialist Missy Rios (804) 734-8653 FAX (804) 734-8669
  (Site Code DECA01)
DESC: Written Request for Quotation (RFQ) to provide all supervision,
  personnel, equipment, transportation, tools, parts, and other
  items and services necessary to perform Custodial Services
  for the Fort Drum Commissary located in New York. The period
  of prformance will be for a base period of January 15, 1997
  through December 31, 1998. This Request for Quotation (RFQ)
  will be issued December 16, 1996 with a tentative closing date
  of December 30, 1996. The anticipated award date will be January
  10, 1997. Ths procurement is set aside for small business.
  The Standard Industrial Classification Number is 7349 and the
  business size standard is $12 million. All requests for copies
  of this RFQ must be in writing and addressed to: Defense Commissary
  Agency, Acquisition Business Unit, Services Division (OC/RAVS),
  ATTN: Missy Rios, 1300 E Avenue, Fort Lee, Virginia 23801-1800.
  Requests must include telephone and facsimile numers of the
  requestor. Facsimile requests will be accepted.
CITE: (I-337 SN007619)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Building No. 979, Road 3119 (next to Al-Ahli Sports Club),
  Zinj District, Manama, Bahrain
SUBJECT: S -- LOCAL GUARD SERVICE
SOL S-BA300-97-R-0001
DUE 030197
POC Lee MacTaggert, Contracting Officer, Telephone 973-273-300,
  extension 2161.
DESC: Operation and management of local guard service at American
  Embassy Manama, Bahrain. Estimated number of hours is 24,240
  per year. Anticipated period of performance is 6/1/97 through
  5/31/98 with four one-year optional periods of performance.
  All responsible offerors may submit a proposal which shall
  be considered. The intention is to make this solicitation available
  on the Internet at http://www.statebuy.Inter.net/home.htm,
  the Department's electronic bulletin board (703-875-4945),
  and by other methods only if necessary. The Government intends
  to issue solicitation amendments and questions and answers
  only via Internet and electronic bulletin board. All requests
  for the solicitation must be in writing; telephone requests
  will not be honored. See Numbered Note 26.
CITE: (I-337 SN007744)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: National Institute of Standards and Technology, Acquisition
  and Assistance Division, Bldg. 301, Room B117, Gaithersburg,
  MD
SUBJECT: U -- OBJECT MANAGEMENT GROUP MEMBERSHIP FEE
SOL 52SBNB7C1047
POC Brenda K. Lee,  (301) 975-6394, CO Lisa K. Jandovitz (301)
  975-6344
DESC: The National Institute of Standards and Technology intends
  to negotiate with Object Management Group Headquarters, 492
  Old Connecticut Path, Framingham, MA 01710 on a sole source
  basis for 1 year Object Management Group Membership - Contributing
  Member Level. The period of performance is for a base year
  commencing from contract award date through 12 months and four
  option years.  The Government intends to solicit one source
  under the authority of FAR 6.302-1. The Object Management Group
  (OMG) is an international organization founded to promote the
  theory and practice of object-oriented technology. The group
  is composed of information systems vendors, software developers,
  and end users united in the spirit of cooperation for the advancement
  of this critical software technology for the nineties.  Object
  Management Group works closely with its members, standards
  organizations and related industry groups to develop specifications
  for a heterogeneous applications environment using object-oriented
  technology.  It comprises more than 600 member companies and
  organizations including major industrial partners. There is
  no other open membership organization that has the breadth
  of membership with the degree of specialization in heterogeneous
  computing environments. Request for a solicitation package
  will be disregarded. Interested offerors may identify their
  interest and capability to respond to the requirements by submitting
  a capability statement.  The capability statement must provide
  adequate information and qualification of your ability to provide
  the requested service in order for the Government to consider
  whether to open this request for competition. All capability
  statements received within 45 days after date of preparation
  of this synopsis will be considered by the Government. See
  Note Numbered 22
CITE: (I-337 SN007663)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U. S. Postal Service, Facilities Service Office, PO Box
  800, Winthrop, ME 04364-0800
SUBJECT: X -- SOLICITATION FOR PROPOSALS - NEWRY, ME 04261-9998
SOL 082530-97-A-0020
DUE 011797
POC Terry Brooks, Real Estate Specialist, 207-377-2381.
DESC: The United States Postal Service seeks proposals to lease
  existing space, space to be modified, or facilities to be constructed
  in Newry, ME. The preferred area is Sunday River Road in Newry,
  ME. The space requirements are 2,000 net interior square feet;
  23 parking spaces; 564 sf platform, and 39,035 sf minimum site
  size. The lease term is for 20 years with 3 five-year renewal
  options. Proposals will be received through January 17, 1997,
  and must be submitted by principals only on specified forms
  and in accordance with the official advertisement for space.
  Solicitation packages may be purchased by sending a non-refundable
  cashier's check or money order made payable to "USPS Disbursing
  Officer" in the amount of $25.00. Interested parties are encouraged
  to submit their packages by one of the methods offered by the
  U.S. Postal Service (First Class, Priority, or Express Mail).
CITE: (I-337 SN007697)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La. 70160
SUBJECT: Y -- ,MISSISSIPPI RIVER-GULF OUTLET (MRGO) BAR CHANNEL,
  LEASED HOPPER DREDGE (LHD) NO. 3-97, ST. BERNARD & PLAQUEMINES
  PARISHES, LA, OM-97-192
SOL DACW29-97-B-0036
DUE 012296
POC Contract Specialist, VALERIE SANDERS, (504) 862-1493
DESC: The work consists of furnishing one fully crewed and equipped
  hydraulic trailing hopper dredge on lease basis.  Work on the
  subject contract will be performed in Mississippi River and
  Gulf Outlet Bar Channel in St. Bernard and Plaquemines Parishes,
  Louisiana. First specification is free of charge, any additional
  copies are $5.00 each. Unrestricted.
CITE: (I-337 SN007606)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USPFO FOR MAINE, CAMP KEYES BLDG #39, AUGUSTA ME 04333-0032
SUBJECT: Y--UPGRADE BASE FACILITIES, BANGOR INTERNATIONAL AIRPORT
  (ANG), BANGOR, ME
SOL DAHA17-97-B-0002
DUE 021897
POC Contract Specialist Stephen E Moody (207) 626-4354 (Site
  Code DAHA17)
DESC: Reference CBD Notice of 18 November 1996, Construction
  of Upgrade of Base Facilities at Bangor International Airport
  (ANG), Bangor, Maine. The following changes need to be made
  to the project descriptions: Vehicle Maintenance Shops: Delete:
  steel truses on steel columns; steel ply fully adhered membrane
  roofing system over steel deck on open web steel joists: exterior
  walls are brick veneer on an insulated steel stud; Add: Prefinished
  metal roofing system on steel purlins; exterior walls are prefinishd
  metal on insulated steel studs; Delete: combination single
  interlock preaction, air supervised, dry pipe sprinkler system
  and wet pipe sprinkler system; radio frequency (RF) enclosure;
  Add: limited sprinkler system; Medical Training Facility: Delete:
  combination interlock preaction, air supervised, dry pipe sprinkler
  system and wet pipe sprinkler system; radio frequency (RF)
  shielded enclosure; Add: limited sprikler system; radiation
  protection; ADD/ALTER Aerospace Equipment Facility: Delete:
  combination single interlock, air supervised, dry pipe sprinkler
  system and wet pipe sprinkler system, radio frequency (RF)
  shielded enclosure; Add: limited sprinkler system All other
  information in the
CITE: (I-337 SN007631)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USPFO FOR MAINE, CAMP KEYES BLDG #39, AUGUSTA ME 04333-0032
SUBJECT: Y--CONSTRUCTION OF A SQUADRON OPERATIONS/AGU FACILITY
SOL DAHA17-97-B-0001
DUE 021097
POC Contract Specialist Rik Phillips (207) 626-4558 (Site Code
  DAHA17)
DESC: Reference CBD Notice of 18 November 1996 Construction of
  Squadron Operations/AGU Facility at Bangor International Airport
  (ANG) Bangor, Maine, SOL-DAHA17-97-B-0001. The radio frequency
  (RF) shielded enclosure is not a requirment for this project
  and as been deleted from the specification.
CITE: (I-337 SN007632)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG
  MS 39180-3435
SUBJECT: Y--FC/MR&T, YAZOO BASIN, MISSISSIPPI, DEMONSTRATION
  EROSION CONTROL PROJECT, COLDWATER RIVER WATERSHED, LOW DROP
  GRADE CONTROL STRUCTURES, PIGEON ROOST CREEK SITES NO. 4 AND
  5, LD-95-04
SOL DACW38-97-B-0013
DUE 013097
POC Contract Specialist O.C. MEEKS (601) 631-5341 (Site Code
  CW38)
DESC: The work consists of furnishing all plant, labor, materials
  and equipment for constructing two low drop grade control structures
  in Marshall County, Mississippi. Principal features of the
  work include clearing and grubbing, control of water, excavatin,
  fill, backfill, engineering fabric, filter stone, stone protection,
  reforestation, erosion control, grouted riprap, and environmental
  protection. The estimated value of the proposed work is between
  $250,000 and $500,000. Plans $8.40. Specifications $7.0. Issue
  date on or about 27 Dec 95. Bid Opening Date on or about 30
  Jan 97.
CITE: (I-337 SN007633)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- F-15E STUDENT OFFICER QUARTERS - SEYMOUR JOHNSON
  AFB, NC
SOL DACA21-97-R-0006
DUE 012997
POC Stephen Bell (Technical Questions) 912/652-6111 Randy Largeman
  (Contractual Questions) 912/652-5293.
DESC: Description of Work: Design and construct 1,200 sm two
  story Student Officers Quarters with 20 suites. Each suite
  will have a living/study area, a bedroom, a kitchen service
  area and a bathroom. Common laundry and housekeeping rooms
  will be included. An expansion of the existing chilled water
  plant is required. Other utilities to be provided from existing
  services. Site improvements include parking, sidewalks, pavilion
  and landscaping. The building will have exterior masonry walls,
  standing seam metal roofing and fire protection. Network Analysis
  System will be required. Estimated cost range of project is
  from $1,000,000 to $5,000,000. Charge for solicitation documents
  is $30. Make check payable to F&A Officer. Solicitation documents
  will be available December 16, 1996 (approx.). In order to
  receive documents in a timely manner, requests should be received
  by December 6, 1996. This solicitation is issued on an unrestricted
  basis pursuant to the "Business Opportunity Development Reform
  Act of 1988" (Public Law 100-656). Only written requests for
  plans and specifications will be accepted. State area code,
  telephone number, street address and nine-digit zip code. Plans
  and specifications are available Monday through Friday, 8:30
  A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia
  31401-3640.
CITE: (I-337 SN007670)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- F-15E AEROSPACE GROUND EQUIPMENT FACILITY/POD -
  SEYMOUR JOHNSON AFB, NC
SOL DACA21-97-R-0007
DUE 012997
POC Stephen Bell (Technical Questions) 912/652-6111 Randy Largeman
  (Contractual Questions) 912/652-5293.
DESC: Description of Work: Design and construct 3,025 sm one
  story building to be used for management and maintenance of
  800 items of Aerospace Ground Equipment (AGE). Shop space,
  storage and supply space, and office space are included. Facility
  to have exterior masonry walls, steel frame, and standing seam
  metal roofing. Utilities to be provided from existing services.
  Site improvements include exterior parking for AGE and privately
  owned vehicles. Design and construct POD storage building.
  Building to be 375 sm pre-engineered metal building addition
  to existing Building No. 4711, the LANTIRN maintenance building.
  The addition will be used to store high value electronic counter
  measure (ECM) POD's for F-15E aircraft. Network Analysis System
  will be required. Estimated cost range of project is from $1,000,000
  to $5,000,000. Charge for solicitation documents is $30. Make
  check payable to F&A Officer. Solicitation documents will be
  available December 16, 1996 (approx.). In order to receive
  documents in a timely manner, requests should be received by
  December 6, 1996. This solicitation is issued on an unrestricted
  basis pursuant to the "Business Opportunity Development Reform
  Act of 1988" (Public Law 100-656). Only written requests for
  plans and specifications will be accepted. State area code,
  telephone number, street address and nine-digit zip code. Plans
  and specifications are available Monday through Friday, 8:30
  A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia
  31401-3640.
CITE: (I-337 SN007671)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 -- UPGRADE SANITARY SEWERS PROJECTS 3, 4, 5, AND 8,
  AND LIFT STATIONS PROJECTS 3, 4, AND 5, PICATINNY ARSENAL,
  DOVER, NJ
SOL DACA51-97-B-0003
POC Michael McHugh, 212-264-5995.
DESC: This was first published in the Tuesday, 29 October 1996
  issue of the Commerce Business Daily. This is not a small business
  set-aside, as was erroneously advertised by unofficial construction
  news sources. This is an 8(a) set-aside through the U.S. Small
  Business Administration, Newark, N.J. Anyone may purchase the
  solicitation material, but only 8(a) companies registered with
  the Newark, NJ office may bid as prime contractors. However,
  the plans and specifications will not be available until circa
  February 1997. Unless buyers of specs request a refund in writing,
  we will send the specs as they become available. No refunds
  will be made on requests received after specs are shipped.
CITE: (I-337 SN007672)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- CONSTRUCTION OF JOINT STARS CHILD DEVELOPMENT CENTER,
  ROBINS AFB, GEORGIA
SOL DACA21-97-B-0013
DUE 120896
POC Derek Cudd, (912) 652-5688 or Elise DeLoache, Contract Specialist,
  (912) 652-5294.
DESC: The following solicitation was published in the December
  2nd edition of the Commerce Business Daily. It is being republished
  in its entirety due to several omissions. Description of Work:
  Construction of a single story child development center with
  a concrete foundation, floor slab, masonry walls, structural
  steel frame, and standing seam metal roof system. Project also
  includes playground area, site work, fire protection, pavements
  and necessary support utilities. Network Analysis System will
  be required. Estimated cost range of project is from $1,000,000
  to $5,000,000. Charge for solicitation documents is $45. Make
  check payable to F&A Officer. Solicitation documents will be
  available December 18, 1996 (approx.). In order to receive
  documents in a timely manner, requests should be received by
  December 10, 1996. Only written requests for plans and specifications
  will be accepted. State area code, telephone number, street
  address and nine-digit zip code. Plans and specifications are
  available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West
  Oglethorpe Avenue, Savannah, Georgia 31401-3640. (TECHNICAL
  questions regarding this project should be addressed to the
  Project Manager, Mr. Derek Cudd, (912) 652-5688. CONTRACTUAL
  questions should be addressed to Ms. Elise DeLoache, (912)
  652-5294.) Bidding on this solicitation is restricted to 8(a)
  firms serviced by the SBA Atlanta District Office pursuant
  to Public Law 100-656, Section 303(b). SIC code is 1542.
CITE: (I-337 SN007680)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, NCR, South Property Management Center (WPMFS), Federal
  Building #3, Room 1003, Suitland and Silver Hill Roads, Suitland,
  Maryland 20746
SUBJECT: Z--CONCRETE AND ASPHALT WORK
SOL WPMFS-97-018
DUE 123096
POC Elaine Durbin, Contract Specialist, (301) 457-6000
DESC: The South Property Management Center requires the contractor
  to furnish all labor, materials, supplies, equipment, and supervision
  to perform sidewalks, curbs, and other related concrete and
  asphalt work at the Suitland Federal Center, Suitland, Maryland.
  All work shall be accomplished in accordance with the best
  practices of the trade. This procurement is set-aside for emerging
  small business concerns under the Small Business Competitiveness
  Demonstration Program. All responsible, responsive sources
  may submit an offer which, if timely received, shall be considered
  by the agency.
CITE: (M-337 SN007530)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Park Service, New England System Support Office,
  15 State Street, Boston, MA 02109-3572
SUBJECT: Z--INTERIOR RESTORATION AT GENERAL GRANT NATIONAL MEMORIAL,
  MANHATTEN SITES, NEW YORK, NEW YORK.
SOL 1443-IB4520-97-002
DUE 121896
POC For plans and specifications contact Lisa Blair via mail
  at National Park Service, Contracting Division-7th floor, 15
  State Street, Boston, MA 02109-3572 or via facsmile at (617)
  223-5208. Technical questions will be handled by the Contracting
  Officer Richard J. Armenia, telephone (617) 223-5155. NO TELEPHONE
  REQUESTS FOR BID PACKAGES WILL BE ACCEPTED.
DESC: 17. The work of this contract includes general cleaning
  of all marble surfaces including floors, walls, crypt ceiling,
  and trim. Isolated repair of damages plaster at dome, dome
  ring, and pendentives. Interior cleaning and painting of all
  finish plaster including barrel vaults, main dome, and gallery
  level columns. The estimated construction range of this project
  is $250,000.00 to $500,000.00. This solicitation will be pursuant
  to P.L. 100-656, Small Business Competitive Demonstration Program,
  and as such is open to all concerns regardless of size. all
  requests for solicitation packages must be made in writing,
  either by mailing to the above address or via fax at (617)
  223-5208, attention Lisa Blair, Procurement Assistant. NO TELEPHONE
  REQUESTS FOR SOLICIATION PACKAGES WILL BE ACCEPTED.
CITE: (M-337 SN007577)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Naval Surface Warfare Center, Code TKO, Building
  108, Dahlgren, Virginia 22448-5000
SUBJECT: Z -- RADIO FREQUENCY TARGET SITE
SOL N62477-96-B-2585
DUE 012297
POC Lillian Suggs, Contracting Officer, Mimi Malone, Procurement
  Technician, 540/653-8671.
DESC: The work includes but is not limited to the provision of
  all plant, labor, materials, equipment, and performance of
  all work incidental to providing and installing a 135' long
  wooden pole, excavation, constructing a reinforced concrete
  slab, and constructing a reinforced concrete driveway.  The
  estimated date for the availability of plans and specifications
  is December 1996.  The time for completion is 150 calendar
  days.  The estimated cost range is between $25,000 and $100,000.
   The SIC Code for this project is 1542.  Cost of bid documents
  are $12.00 per set for specifications.  No cash or personal
  checks will be accepted. Business Checks and money orders shall
  be made payable to the Treasurer of the United States.  Payment
  must accompany your written request.  No telephone or faxed
  requests will be accepted.  Copies of plans and specifications
  are limited and will be distributed on a first come first serve
  basis.
CITE: (I-337 SN007602)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA Keystone Realty Svcs District (3PK), The Wanamaker
  Building Rm 727, 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: Z--PLAZA REPAIR REPLACEMENT MOORHEAD FB PITTSBURGH,
  PA
SOL GS03P97CDC1003
DUE 012197
POC Contract Specialist, Lydia Domenech, (215) 656-6098
DESC: Provide all labor, materials, supervision and equipment
  to repair and replace the existing plaza at the Wm. Moorhead
  Federal Building, 1000 Liberty Avenue, Pittsburgh, PA. The
  work shall include, but is not limited to, site preparation
  (e.g., removalof existing sidewalk) and site improvements (e.g.,
  architectural, trees, plumbing, electrical and granite replacement).
  This project contains a base bid, three alternates, five options,
  and eight unit prices. This project is being issued as a small
  busines set-aside under the Small Business Competitiveness
  Demonstration Program. SIC code 1542. For copies of the specifications
  and drawings, please submit a written request to Ms. Donna
  England, GSA, Keystone Realty Services, 100 Penn Square East,
  Rm 725, Phila., PA 19107, or submit a fax to Ms. England on
  FAX number (215)656-5955. NOTE: Requests cannot be made via
  telephone.
CITE: (I-337 SN007614)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: Z--MAINTENANCE DREDGING IN MANTEO (SHALLOWBAG) BAY,
  NC (OLD HOUSE CHANNEL AND CHANNEL TO WANCHESE)
SOL CEWCOD-7330-0002
POC DIANE GREENE/CESAW-CO-ON (910-251-4410); HILDA D. AYERS/CONTRACT
  SPECIALIST (Site Code DACW54)
DESC: Work consists of maintenance dredging in Manteo (Shallowbag)
  Bay, NC (Old House Channel and Channel to Wanchese). Estimated
  quantity of material to be removed is 200,000 cubic yards.
  Some diking will be required. Work is to be completed within
  90 day after contractor receipt of NOTICE TO PROCEED. Estimated
  cost range of the project is $500,000 - $1,000,000. Advertising
  date is scheduled for 9 DEC 1996 with bid opening on or about
  8 JAN 1997. Plans and specifications are $20.00 per set and
  will be avaiable on or about 9 DEC 1996. Specifications only
  are $5.00 each. Make checks or money orders payable to "FAO,
  USAED, WILMINGTON". No refunds will be made and material need
  not be returned. Evaluation Preference for Small Disadvantaged
  Business (SDB) Concerns in Construction Acquisition - Test
  Program, as set forth in DFARS 219.72 will apply to this acquisition.
  UNRESTRICTED. SIC CODE: 1629.
CITE: (I-337 SN007628)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: Z--MAINTENANCE DREDGING IN SILVER LAKE HARBOR, NC (TEACHES
  HOLE AND BIG FOOT SLOUGH), ROLLINSON CHANNEL, NC, AND RODANTHE,
  NC
SOL CEWCOD-7330-0003
POC DIANE GREENE/CESAW-CO-ON (910-251-4410); HILDA D. AYERS/CONTRACT
  SPECIALIST (Site Code DACW54)
DESC: Work consists of Maintenance Dredging in Silver Lake Harbor,
  NC (Teaches Hole and Big Foot Slough), Rollinson Channel (Hatteras
  to Hatteras Inlet), and Rodanthe, NC. Estimated quantity of
  material to be removed is 400,000 cubic yards. Some diking
  wil be required. Work is to be completed within 90 days after
  contractor receipt of NOTICE TO PROCEED. Estimated cost range
  of the project is $1,000,000 - $5,000,000. Advertising date
  is scheduled for 9 DEC 1996 with bid opening on or about 8
  JAN 1997. Plans nd specifications are $20.00 per set and wil
  be available on or about 9 DEC 1996. Specifications only are
  $5.00 each. Make check or money order payable to "FAO, USAED,
  WILMINGTON". No refunds will be made and material need not
  be returned. Evaluation Preference for Small Disadvantaged
  Business (SDB) Concerns in Construction Acquisition - Test
  Program,as set forth in DFARS 219.72 will apply to this acquisition.
  If  Large Business is selected for this contract, it must comply
  with FAR 52.219-9 regarding the requirement for a SUBCONTRACTING
  PLAN to be submitted and approved prior to contract award.
  SOLICITATION NO. DACW54-97-B-0007. UNRESTRICTED. SIC CODE:
  1629.
CITE: (I-337 SN007629)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX
  3755, SEATTLE WA 98124-3755
SUBJECT: Z--CHEMICAL DEMILITARIZATION DOPOT SUPPORT FACILITIES,
  UMATILLA DEPOT ACTIVITIES, HERMISTON, OR
SOL DACA67-97-B-0018
DUE 072197
POC Contract Specialist Rose N Porcincula (206) 764-3653 (Site
  Code DACA67)
DESC: Provide an approximately 2000-SF addition, including electrical
  and mechanical appurtenances, to an existing 10,000-SF Laundry
  Facility, slab-on-grade, non-combustible metal construction.
  Remodel existing Change House building of similar construction
  Provide heating to existing Mustard Storage Facility. Provide
  asphalt paving overlay on road shoulders and parking lot(total
  area approximately 18,000 SY). Provide new septic tank and
  pressurized drainfield to accommodate average flow of 5100
  gpd and peakflow 23,400 gpd. Plans and specs available on or
  about 20 DEC 96 at no charge per set. No individual sheets
  are available. Documents will be issued on a first come, first
  served basis until supply is exhausted. No phone requests accepted.
  Refer to IFB Number DACA67-97-B0018 when ordering. Requests
  must be in writing and must be received before bid documents
  will be mailed. Requests may be FAXed to (206)764-6817 r sent
  via eMail to plans-room-cenps-ct@nps.usace.army.mil confirmation
  copy need not be mailed. Please be sure to include if you area
  Prime, Sub or Plans Room. Plans and specs may be picked up
  from the Plans Room Monday thru Friday between the hours of
  7:0 A.M. and 3:30 P.M.Submit requests by 13 DEC 96. Estimated
  dollar value is in the range of $1,000,000.00 to $5,000,000.00
  and completion period is 520 days. Standard Industrial Classification
  Code 1629. Project is open to both large and small business.
  If you are a large business and your bid or proposal will exceed
  $1,000,000 you will be required to submit a subcontracting
  plan.
CITE: (I-337 SN007630)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS,
  P.O. BOX 4970, JACKSONVILLE, FL 32232-0019
SUBJECT: Z--BASE BID: MAINTENANCE DREDGING, 8-FT PROECT, CUTS,1-4
  & 6, NEW PASS, FL; AND OPTION: MAINTENANCE DREDGING, 10-FT
  PROJECT, CUTS 1,2, & 3, LONGBOAT PASS, FLORIDA
SOL DACW17-97-B-0006
DUE 013097
POC Contract Specialist Bob Nichols (904) 232-3712 (Site Code
  DACW17)
DESC: MAINTENANCE DREDGING 8-FOOT PROJECT, NEW PASS, FLORIDA:
  Station 6+00 to Station 43+00 of Cuts 1 and 2 (Note that CUT
  2 limits are based on CUT 1 stationing) dredge to a depth of
  12 feet MLW required with an allowable overdepth of 2 feet;
  Station 11+0 to Station 16+90.57 of CUT 3 dredge to a depth
  of 8 feet MLW required with an allowable overdepth of 1 foot;
  Station 3+00 to Station 7+00 of CUT 4; and Station 12+00 to
  Station 30+00 of CUT 6 dredge to a depth of 8 feet MLW required
  with an allowable overepth of 1 foot. MAINTENANCE DREDGING
  10-FOOT PROJECT, LONGBOAT PASS, FLORIDA: Station 11+00 to Station
  29+00 CUT 1 dredge to a depth of 14 MLW required with an allowable
  overdepth of 2 feet; Station 38+00 CUT 1 to Station 13+00 CUT
  2 dredge to a depth of 14 feet MLW required with an allowable
  overdepth of 2 feet; Station 17+50 to Station 19+50 CUT 2 dredge
  to a depth of 10 feet MLW required with allowable overdeph
  of 1 foot; and Station 1+50 to Station 18+50 CUT 3 dredge to
  a depth of 12 feet MLW required with an allowable of 1 foot.
  All dredge material will be placed on the respective beach
  disposal area outlined in the project drawings. Method of dredging
  is unrstricted. Magnitude of construction is between $1,000,000
  to $5,000,000. Pre-Solicitation Notice will be issued on or
  about 29 Nov 96. Invitation DACW17-97-B-0006 will be issued
  on or about 30 Dec 96 and opened on or about 30 Jan 97. Cost
  of Plans and Specifications is $75.00. Checks should be made
  payable to FAO Jacksonville District, and sent to U.S. Army
  Corps of Engineers, Jacksonville, Florida. THIS ACQUISITIONIS
  SET-ASIDE FOR SMALL BUSINESSES. NOTE: Contracting information
  for the Jacksonville District is now available at our web site:
CITE: (I-337 SN007636)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX
  3755, SEATTLE WA 98124-3755
SUBJECT: Z--FY97 CRAB MITIGATION, GRAYS HARBOR, WASHINGTON
SOL DACW67-97-B-0013
DUE 021497
POC Contract Specialist Leslie J Lovata (206) 764-6865 (Site
  Code DACA67)
DESC: Correction: Project is open to both large and small business.
CITE: (I-337 SN007638)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite
  310, Atlanta, Georgia 30345
SUBJECT: Z - REPLACEMENT OF EXISTING SPRING AND REUSE WATER PUMPS
SOL FWS-4-97-3005
DUE 012197
POC Contact Demetria Wilson, Procurement Technician; Wanda Purdy,
  Contracting Officer
DESC: Replace existing water pumps in spring pump building and
  reuse pump building at Erwin National Fish Hatchery, Erwin,
  Tennessee.  This is a small business set-aside.  Tentative
  issue date of Request for Quotes is 12/19/96, with quotations
  due by 4:00 p.m. on 01/21/97.  Only written requests for RFQ
  will be accepted; they can be faxed to 404/679-4057.  Request
  shall include RFQ number, company name, address, telephone
  number, facsimile number and business size.  The SIC code is
  1623 with a corresponding small business size standard of $17.0
  million.  A firm fixed price purchase order will be issued.
   The period of performance is 120 calendar days from receipt
  of purchase order. Anticipated award date is 01/28/97.
CITE: (I-337 SN007649)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of Veterans Affairs, Acquisition Division
  (90C), VA Medical Center, 650 East Indian School Road, Phoenix,
  AZ 85012
SUBJECT: Z -- REROOF SOUTHEAST CLINIC
SOL IFB 644-7-97
DUE 012397
POC Contracting Officer, Peggy Cook, (602)222-6405
DESC: Reroof Southeast Clinic. Work includes the replacement
  of existing built-up roof system (approximately 87,000 square
  feet) on a single story structure. The installation of APP
  modified bitumen roofing membrane and granulated modified bitumen
  roofing memberane. Provide nonprorated 20 year warranty covering
  materials and workmanship. Contractor should be advised this
  roof has a double rock on it now. Bid packages shall be available
  on or about December 23, 1996. A nonmandatory prebid conference
  shall be held at the Williams Outpatient Satellite Clinic on
  January 7, 1996 at 9:00 a.m. local time, at the Williams Gateway
  Airport, 6001 South Power Road, Mesa, Arizona (formerly Williams
  Air Force Base). Estimated price range is $500,000 and $1,000,000.
  The Standard Industrial Classification Code for this project
  is 1761. All responsible sources may submit an offer which
  shall be considered. Only written or FAX requests for a bid
  package will be honored. FAX number is 602-222-6467. One set
  of drawings and specifications per firm. Bid packages shall
  be on a first come first served basis with only fifty (50)
  copies being available. Award is subject to the availability
  of funds.
CITE: (I-337 SN007690)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway,
  Mail Stop #82, Lester, PA 19113-2090
SUBJECT: Z -- BOILER PLANT MODIFICATION, PORTSMOUTH NAVAL SHIPYARD,
  KITTERY, ME.
SOL N62472-96-R-0451
DUE 013197
POC Patti Hemingway, Contract Specilaist, 610-595-0630.
DESC: This is a Procurement Notice. The Department of the Navy
  intends to issue a Request for Proposals (RFP) for Boiler Plant
  Modifications at the Portsmouth Naval Shipyard, Kittery, ME.
  Proposals will be evaluated on the basis of the following evaluation
  factors: 1) Price, 2) Technical/Management factors including
  a)Experience, b)Schedule, c)Corporate Management, and d) Selected
  System/Products/Subcontractors. This work includes modernizing
  and converting the four existing field erected boilers in the
  boiler plant, Building #72, at the Portsmouth Naval Shipyard,
  to fire natural gas and #2 fuel oil as the plant fuels in lieu
  of the existing #6 fuel oil. It also replaces furnace refactory
  in three of the four boilers and brings the plant up to current
  environmental air emission requirements for these new fuels,
  and incidental related work. (NOTE: A supply of natural gas
  to the boiler plant from outside sources is not part of this
  contract.) Estimated cost range is between $5,000,000 and $10,000,000.
  The SIC code is 1711 and the size standard is $7.0 million
  are applicable to this contract. The proposed contract (solicitation)
  will be issued as unrestricted. There will be a $95 fee required
  for bidding documents. The issue date is 13 December 1996 and
  the date of receipt of proposals is 31 January 1997 at 4:00
  p.m. at Northern Division, Naval Facilities Engineering Command,
  10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090.
  A pre-proposal conference/site visit is scheduled for 09 January
  1997. The contract completion is 1350 calendar days. Bidders/offerors
  interested in obtaining plans and specifications for this project
  must submit their request along with a business check or cashier
  check in the amount of $95.00 (NO FAXED REQUEST WILL BE ACCEPTED)
  to: Defense Printing Services Detachment Branch Office, ATTN:
  Ms. Donna Szlener, Philadelphia Naval Base, Building 77L, Philadelphia,
  PA 19112-5094. Each check must be made payable to the U.S.
  Treasury and annotated with the applicable solicitation number.
  Two sets of plans and specifications will be made available
  to those contractors who have tendered payment. If contract
  number is not annotated as required or check is not made payable
  to the U.S. Treasury, your check will be returned unprocessed.
  (No personal checks will be accepted. No plans and specifications
  will be issued until proper payment has been received). If
  you would like further information on the mailing of this solicitation
  package via expedited courier service please contact Ms. Donna
  Szlener, at 215-897-6551. For technical questions concerning
  the subject notice, please fax to Patricia Hemingway, at 610-595-0644,
  or call her at 610-595-0630. Proposals and the Solicitation
  is subject to evaluation criteria set forth in DFAR 252.219-7003
  - Notice of Evaluation Preference for Small Disadvantaged Business
  Concerns- Construction Acquisitions - Test Program (APR 1996).
CITE: (I-337 SN007703)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville,
  P.O. Box 30, Jacksonville, Florida 32212-0030
SUBJECT: Z--REPLACEMENT OF REDWOOD FENCE
SOL N68931-97-Q-3006
DUE 121696
POC Tammy Szydolski or Vickie Hunter, Contracting Officers
DESC: CORRECTION:  The deadline for the receipt of bids for this
  solcitiation is changed to 12/16/96.  All other information
  publicized in the original synopsis is correct.  Send to P.O.
  Box 157, Naval Station Mayport, Mayport Florida 32228-0157.

EMAIL fjanosic_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-337 SN007706)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 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 -- REPLACE EXIT FIRE DOORS, BUILDING 2106, MARINE
  CORP AIR FACILITY QUANTICO VA
SOL N68925-96-Q-A714
DUE 010697
POC Vivette Moore, Purchasing Agent, (202) 685-8236.
DESC: The work includes but is not limited to the demolition,
  removal and replacement of existing fire and exit doors (including
  hardware) of Building 2106 and incidental related work. This
  solicitation is unrestricted and open to participation to all
  interested firms. Quotes are due 6 January 1997 at 2:00pm at
  which time they will be privately recorded. Results will be
  made of the contract award upon receipt of a separate written
  request. Solicitations may be picked up in person from Building
  166, 1st floor, Washington Navy Yard. The solicitation will
  be available approximately 5 December 1996. There is no charge
  for plans and specifications; however, only one set per firm
  will be issued on a first-come first-serve basis. Inquiries
  regarding technical clarifications must be submitted in writing
  to FAX (202) 685-8236. Telephone inquiries/requests will not
  be honored *
CITE: (I-337 SN007714)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DHHS/FDA/NCTR, Contracts Branch, HFT-322, 3900 NCTR Road,
  Jefferson, Arkansas, 72079-9502
SUBJECT: Z -- MODIFICATION OF EXISTING DEMOLITION/RESTORATION
  CONTRACT
SOL 221-95-9617
POC Priscella Thomas Sullivan, Contracting Officer, 501/543-7271
DESC: NCTR intends to negotiate on a sole source basis with Richardson
  Enterprises, Inc., 1312 Main St., North Little Rock, AR 72215
  for an extension to the contract for demolition and restoration
  services of defense equipment in several buildings at the NCTR
  facility. The work includes but is not limited to architectural,
  mechanical, electrical demolition, hazardous material and asbestos
  removal and disposal, and demolition of defense equipment as
  well as architectural, mechanical and electrical restoration.
  Restoration work includes architectural, mechanical and electrical
  work, with a considerable amount of the architectural efforts
  involving concrete floor repair. This is not a request for
  competitive proposals. Interested parties may identify their
  interest and capabilities in their response. Responses to this
  announcement, referencing synopsis number 221-95-9617, may
  be submitted to HHS/PHS/FDA/NCTR, 3900 NCTR Road, ATTN: P.
  T. Sullivan, HFT322, Jefferson, AR 72079-0952. All responses
  received within 30 days after date of publication of this synopsis
  will be considered by the Government. A determination not to
  compete this proposed contract modification 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.
CITE: (I-337 SN007719)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 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 -- RE-POINT EXTERIOR WALLS, QUARTERS F, NAVAL HOSPITAL,
  NEWPORT, RI
SOL N62472-97-Q-6904
DUE 070196
POC Ms. East, Procurement Technician, 401-841-2543.
DESC: The work includes Re-pointing of Quarters F, Naval Hospital,
  including but not limited to, re-pointing, replacing and repair
  of existing exterior brick, repairing and repainting of lintels;
  removal and disposal of loose lead paint on the dormers, porch,
  etc; and incidental related work by means of a Firm Fixed Price
  Simplified Acquisition. The SIC code is 1741 and the small
  business size standard is $7.0 million. The cost range: $25,000
  - $100,000. This solicitation will be issued unrestricted.
  The date quotes are due will be indicated on the Standard Form
  18 included in the solicitation package. Quoters may request
  solicitation packages in writing to ROICC, NAVFAC Contracts,
  NETC, Bldg 1, Simonpietri Dr., Newport, RI 02841-1712 or Fax
  (401) 841-1349 by 24 Dec 96. The solicitation packages will
  be available on a first come first served basis.
CITE: (I-337 SN007750)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FMU), Rock Island, IL
  61299-7630
SUBJECT: 10 -- GUNNERS HANDSTATION
SOL DAAE20-97B0013
DUE 012497
POC Contract Specialist: Kathy Lannan (309) 782-6444, PCO: Allen
  J. Hale (309) 782-6736
DESC: 1005-01-112-1629, Part Number 12292346. Gunners Handstation
  Assembly consisting of left and right hand control handles
  with thumb switches. Includes cast aluminum housing, internal
  electronic control mechanism and associated wiring harness,
  ANSI/ISO/ASQC Q9002 or equivalent inspection reiteria required.
  Requirements are 209 ea gunners handstation. For use of the
  Bradley Fighting Vehicle. FOB is destination. All or part of
  this action is an unfunded FY 97 requirement. Requirement must
  be manufactured in the US or Canada. The proposed contract
  will include a 100 percent option. First Article Test is required.
  ANSI/ISO/ASQC Q9001 or equivalent inspection is required. Estimated
  issue date of this solicitation is 122496. Failure to properly
  address requests for solicitation in accordance with this CBD
  notice will result in non-receipt of the solicitation package.
  Failure to properly address bids/offers in accordance with
  solicitation instructions may result in a late bid which cannot
  be considered. Written, fax or electronic requests for solicitation
  packages are accepted. No telephone requests will be honored.
  Requests for copies of this solicitation should include your
  commercial and government entity (CAGE)(if a CAGE code has
  been assigned to you) along with your name, address, datafax
  number, and solicitation number. The fax number for requests
  is (309) 782-4728. Electronic requests may be accepted through
  the Automated Acquisition Information System (AAIS). All ACALA
  solicitations are available for viewing/downloading, in addition
  to procurement history, via the AAIS. The AAIS can be accessed
  electronically, 24 hours a day, using a modem set to dial (309)
  782-7648. Terminal emulation should be VT100, no parity, 8
  data bits and 1 stop bit. Once connected, enter "aais" at the
  "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER"
  key. If electronic means is not possible, procurement history
  will be provided telephonically at (309) 782-8094 on a limited
  basis.
CITE: (I-337 SN007723)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQV), Rock Island, IL
  61299-7630
SUBJECT: 12 -- GUNNER'S AUXILIARY SIGHT
SOL DAAE20-97R0026
DUE 012497
POC Contract Specialist: Irene Mawson (309) 782-3810, PCO: Dave
  L. Elliott (309) 782-3814
DESC: 1240-01-370-3674, Part Number 12911760, requirements are
  150 ea Gunner's Auxiliary Sight. For use of the M1A2. FOB is
  Origin. All or part of this action is an unfunded FY97 requirement.
  Limited competition between OMI Acquisition Corp., 2330 Commerce
  Park NE, Suite #2, Palm Bay, FL 32905, and Kollmorgen Corp.,
  347 King St., Northampton, MA 01060-2390. Offers from concerns
  other than the above are not solicited. First Article test
  is required. Estimated issue date of this solicitation is 122496.
  Failure to properly address requests for solicitation in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE)(if a CAGE
  code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309) 782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-337 SN007724)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 20-MARINE FENDERS, RUBBERS AS PER PCC SPECS
SOL IAP-768,400-01
DUE 122096
POC Myrna de Arrue, Material Manager #2, (507) 272-4602, Myrna
  de Arrue, Contracting Officer, (507) 272-4602
DESC: Tugboat marine rubber fenders, Side, hollow, rectangular,
  cross section 7 x 10 inches, bore 3-1/2 in. length 18 ft.-00
  inch, straight length. Material as per PCC specs. Qty. 40 ea.
  Award shall be based on Price, Delivery and Past Performance.
  Additional information regarding the Past Performance may be
  required. When requesting solicitation state Name, Address,
  and solicitation number. Request will be accepted by facsimile
  at 011-507-272-7588, or telex 3034 PCCAMRM PG.  All responsible
  sources may timely submit an offer which shall be considered
  by the Commission.
CITE: (I-337 SN007662)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211,
  NAVSUBASE Kings Bay GA 31547-
SUBJECT: 20 -- SUBMARINE FENDERS
SOL N46450-96-Q-1538
DUE 122096
POC Contact Sue Soto, Contract Specialist, 912/673-2001, extension
  9331, Facsimile machine number 912/673-2131.
DESC: Commander Submarine Squadron Twenty requires various sizes
  and quantities of submarine fenders. Requests for solicitation
  must be in writing and cite the RFP/RFQ number. Requests via
  facsimile machine will be honored.
CITE: (I-337 SN007748)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: 23 -- MOBILE HOME/OFFICE TRAILER WITH EUROPEAN STANDARD
  POWER
SOL N/A
POC Susan Benik, Negotiator, (703) 325-6962, Edward Archer, Contracting
  Officer, (703) 325-5028.
DESC: The Defense Special Weapons Agency (DSWA) has a requirement
  for a mobile home/office trailer with European Standard Power.
  This trailer will be provided to Kazakstan to support Strategic
  Offensive Arms Elimination (SOAE) as authorized by the Nunn-Lugar
  Cooperative Threat Reduction (CTR) legislation. This is a total
  small business set-aside. See Note 1. All requests for the
  RFP must be in writing. Faxed requests are acceptable and shall
  be faxed to the attention of Susan L. Benik at (703) 325-9291.
  If the request is faxed, no hard copy is required. Information
  on DSWA solicitations, already released, can be obtained by
  calling the DSWA Hotline at (703) 325-1173. As of 31 May 96,
  Acquisition Management has added "Procurement Opportunities"
  to the DSWA Home Page available on the World Wide Web. Information
  will include this synopsis and more. Please check us out at
  www.dswa.mil. Reference Synopsis No. 97-18
CITE: (I-337 SN007725)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: 25 -- LATERAL POSITIONING SYSTEM
SOL DTFH61-97-Q-00033
DUE 122096
POC Viola Compton, Contract Specialist, HAM-40G, (202) 366-4239.
DESC: The Federal Highway Administration (FHWA) plans to negotiate
  a Purchase Order with AssistWare Technology for the purchase
  of a Lateral Positioning System to be installed on a commercial
  vehicle. This is an integrated hardware/software lane position
  and curvature estimation system capable of tracking the road
  under a wide range of environmental and pavement conditions
  while also warning the driver when the vehicle is moving out
  of the lane. This system is designed to interface with an electronic
  steering actuation system that will allow the vehicle steering
  function to be fully automated. This vehicle will be used by
  FHWA for demonstrations of the latest Advanced Vehicle Control
  Systems (AVCS) technologies. This is a Simplified Acquisition.
CITE: (I-337 SN007684)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Panama Canal Commission, Logistical Support Division,
  APO Miami, FL 34011-5000
SUBJECT: 28-VOLVO PENTA MARINE DIESEL ENGINE
SOL PAC-83117-KS-29
DUE 011297
POC CARLOS A. FRANKLIN, CONTRACT SPECIALIST, (507) 272-4658,
  GARRY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658
DESC: VOLVO PENTA MARINE DIESEL ENGINE MODEL TAMD 61A RATED 306
  HP. 2800 RPM.  QUANTITY 2 EACH.  DELIVERY 30 DAYS FOB JEFFERSON,
  LA OR 60 DAYS CIF/FOB BALBOA, REPUBLIC OF PANAMA AFTER RECEIPT
  OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE NAME,
  ADDRESS AND SOLICITATION NUMBER.  REQUESTS WILL BE ACCEPTED
  BY FACSIMILE AT 011-507--272-7661/1512.  ALL RESPONSIBLE SOURCES
  MAY SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION.
   BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE
  LOWEST PRICE.  IN DETERMINING "BEST VALUE" FACTORS SUCH AS
  EXPERIENCE, PAST PERFORMANCE, AND RESPONSIBILITY SHALL BE CONSIDERED
  TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO THE COMMISSION.
CITE: (I-337 SN007652)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 28-NOZZLE,TURBINE,NONA
SOL N0010497T0814
DUE 011697
POC Contact Point, Michael P Furry, 02112.12, (717)790-1470,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 7H-2835-01-282-9089, SPEC NR TDP VER 002, Ref Nr L25690G03,
  Qty 9 EA, Delivery FOB Origin--All firms should include their
  cage code on solicitation requests. All responsible sources
  may submit an offer which will be considered ., See Notes 9,22
CITE: (I-337 SN007656)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 28-SEAL,INTERSTAGE,TUR
SOL N0010497T0815
DUE 011697
POC Contact Point, Michael P Furry, 02112.12, (717)790-1470,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 7H-2835-01-282-9008, SPEC NR TDP VER 002, Ref Nr 9311M28G05,
  Qty 16 EA, Delivery FOB Origin--All firms should include their
  cage code on solicitation requests. All  responsible sources
  may submit an offer which will be considered ., See Notes 9,22
CITE: (I-337 SN007657)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Panama Canal Commission, Logistical Support Division,
  APO Miami, FL 34011-5000
SUBJECT: 29-STAINLESS STEEL REPAIR CLAMPS
SOL PAP-83260-NJ-29
DUE 011297
POC CARLOS A. FRANKLIN, CONTRACT SPECIALIST, (507) 272-4658,
  GARRY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658
DESC: PARTS FOR MAINTENANCE AND REPAIR OF WATER SYSTEM.  QUANTITY:
  VARIOUS.  DELIVERY 30 DAYS AFTER RECEIPT OF NOTICE OF AWARD.
   WHEN REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION
  NUMBER. REQUEST WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661/1512.
   ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH SHALL BE
  CONSIDERED BY THE COMMISSION.  BASIS OF AWARD MAY BE MADE ON
  "BEST VALUE" RATHER THAN THE LOWEST PRICE.  IN DETERMINING
  "BEST VALUE"  FACTORS SUCH AS EXPERIENCE, PAST PERFORMANCE,
  AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE
  IS ADVANTAGEOUS TO THE COMMISSION.
CITE: (I-337 SN007651)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO 63120
SUBJECT: 31 -- ROLLER BEARING, AIRFRAME
SOL DAAJ09-97-R-0094
DUE 010397
POC Phil Eatherton, Contract Specialist, 314-263-0733 or Ms.
  Rita Surgeon, Contracting Officer, 314-263-0742.
DESC: The previous synopsis is amended to read, "Applicable to
  the CH-47 Aircraft." "Required delivery after First Article
  Testing, 131 each, 450 DACA. Add after, Approved sources are
  Boeing Defense and Space Group, Roller Bearing Company of America
  and FAG Bearings Corporation. "Pursuant to DFARS 225.7019-1(b),
  please identify the place of manufacture of bearings and bearing
  components. Sources that provide a bearing not manufactured
  in the United States or Canada will not be considered for award.
  Only items of domestic manufacture will be considered for award."
CITE: (I-337 SN007716)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery--Potential Sources Sought
OFFADD: U. S. Department of Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, BIN C15700, Seattle, WA 98115-0070.
SUBJECT: 34 -- SOLICITATION WASC7-645 FOR BRIDGEPORT EZ-PATH
  2 AUTOMATED LATHE
SOL WASC7-645
DUE 121896
POC Bernice Robinson, Telephone number (206) 526-6043. fax (206)
  526-6025.
DESC: Solicitation RFQ WASC7-645 issued by National Oceanic Atmospheric
  Administration, NOAA, Procurement Branch, Pacific Marine Environmental
  Laboratory to purchase 1386500 Bridgeport EZ-Path 2 Automated
  Lathe with machine options: - 11865608 Steady Rest w/rollers
   - 11865610 16" Face Plate with T-slots - 12865613 10" three
  jaw check, w/hard jaws - 11865622 Extra soft jaws, set of three
  (3 sets)  - 12865617 5C manual collect kit, air type   - 12865601
  basic tooling package    - Trade-in of Government owned lathe
  Monarch 10" EE Serial #42446. Quote shall be F.O.B. Destination.
   Delivery shall be made by January 6, 1997. Qualified vendors
  must provide in writing company name, address, point of contact,
  phone/fax numbers, technical literature and pricing information.
   This request for Quotation will close 12/18/96. This is a
  small purchase acquisition.
CITE: (I-337 SN007582)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS
  AVENUE, BLDG 198, FT LEAVENWORTH KS 66027-1389
SUBJECT: 45--MISCELLANEOUS BOILERS AND PARTS
SOL DABT19-97-B-0002
DUE 030497
POC Contract Specialist GEORGIA VESTAL (913) 684-2091 Contracting
  Officer ELIZABETH M. BORNMAN (913) 684-2091 (Site Code DABT19)
DESC: Boilers, Hydro Therm Models AM-150, AM-300, and VGA-400
  BS or EQUAL; miscellaneous parts, various quantities, FOB Destination,
  Ft. Leavenworth, Kansas. Requirements contract with no guaranteed
  minimum for the period 1 Apr 97 or date of award, whichevr
  is later, thru 31 Mar 98. This acquisition is Unrestricted.
  The size standard for a small business concern is NTE 500 employees.
  This is a Firm Fixed Unit Price contract. The Standard Industrial
  Code for this acquisition is 5074. IFB to be issued on or aout
  31 Jan 97. All requests for IFB should be in writing and reference
  DABT19-97-B-0002. Contractor shall indicate their Taxpayer
  Identification Number and if they are a women-owned, minority
  business concern, small or large business firm. There is a
  charge for solicitation documents. A certified check made payable
  to the "U. S. Treasury" in the amount of $20.00 shall accompany
  the request. No telephone or faxedrequests will be accepted.
CITE: (I-337 SN007615)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: U.S. ATCOM, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798
SUBJECT: 49 -- TOOL, INSTALLATION
SOL DAAJ09-97-R-0131
DUE 122396
POC Mary Deutschmann, Contract Specialist, 314-263-0515, or Daniel
  J. Fuller, Contracting Officer, 314-263-2555, FAX No. x9012.
DESC: NSN: 4920-01-175-5934, P/N: 70700-20129-041, 50 each, in
  accordance with ATCOM Procurement Package 70700-20129-041,
  applicable to the UH-60 Aircraft. F.O.B. Destination with deliveries
  to New Cumberland, PA. When calling, be prepared to state name,
  address, and solicitation number. This is a 100% Small Business
  Set-Aside. Size standard is 500 employees. All responsible
  sources may submit an offer which will be considered. This
  requirement is currently unfunded. Award will be withheld pending
  receipt of sufficient funds. See Note 26. See Numbered Note(s):
  1.
CITE: (I-337 SN007689)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: 54--PREFABRICATED WOOD AND METAL BUILDINGS
SOL DADA10-97-R-0015
DUE 122396
POC Contract Specialist Daniel Gutierrez (210) 221-0325 (Site
  Code DADA10)
DESC: This is a COMBINED SYNOPSIS/SOLICITATION for commercial
  items prepared in accordance with the information in FAR subpart
  12.6 as supplemented with the additional information included
  in this notice. This announcement constitutes the only solicitation
  PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL
  NOT BE ISSUED. Solicitation number is DADA10-97-R-0015 and
  is issued as a Request for Proposal (RFP). The solicitation
  document and incorporated provisions and clauses are those
  in effect throuh Federal Acquisition Circular 90-41. This procurement
  is unrestricted. The small business size standard for this
  procurement is 500 employees. The Government seeks to award
  Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts
  to contractors that can provide prefabricated buildings on
  a turn key basis from initial design through fabrication, sitework
  (including grading, fill, landscaping, and utilties),installation,
  and exterior pavement (including asphalt, concrete, sidewalks).
  Contractors will provide prefabricated buildings at Government
  facilities in the Continental United States (CONUS), Alaska,
  Hawaii, and Puerto Rico. Contractors may also ned to provide
  prefabricated buildings outside CONUS (OCONUS). It is anticipated
  that multiple awards will be made under this solicitation.
  The contract period will be for five years, commencing with
  date of award. Delivery order placement will be under these
  contracts based upon past performance, technical capability,
  and price in accordance with the procedures in FAR 16.505(b)(3).
  The Government does not have arequirement at this time. The
  Government may have future requirements for buildings in (CONUS),
  Alaska, Hawaii, Puerto Rico, and OCONUS. The contract will
  have several line items as follows: Prefabricated Building,
  Wood; Prefabricated Building, Metal; Leas; and Lease with Purchase
  Option and the following incidental services: New Design Services;
  Redesign Services; Removal/Relocation Services; Installation
  Services; Warehousing Services; Transportation Services; Building
  Maintenance Services; Building Refurbishment Services; and
  Communication Support Services. Offerors are only to provide
  an hourly rate for design services and for redesign services
  with thei proposal. All other line items are unpriced until
  the Government has a requirement and issues a Task Order. A
  typical prefabricated building which can be used as General
  Administrative Offices, Veterinary Clinic, General Medical
  Clinic (to include X-Ray ad MRI), and Multipurpose Building
  could range in size from 1600 Square Feet (SF) to 6000 SF.
  The building would be constructed using high grade pine, fir,
  spruce, plywood, gypsum, and metal. These types of buildings
  would have central air and heat, as well as the appropriate
  insulation to meet building codes. Electrical systems will
  utilize copper wire. Water lines will be copper or plastic
  pipes.Floor systems would be of wood, steel, concrete, and
  carpet or a combination. Exterior finishes would be of metal,
  aluminum, or other suitable exterior finish. Roof systems would
  be constructed of wood, aluminum, steel, gypsum, or a combination
  of these maerials. Windows and doors would be constructed of
  wood, steel, and glass or a combination of these materials.
  Warehouse and Maintenance buildings will be constructed of
  steel built slab on grade and could range in size from 2000
  SF to 20,000 SF. These buildings may have administrative offices
  and supply areas that will be constructed of wood, gypsum,
  metal. The office areas may require central air and heat.All
  buildings must meet applicable building codes to include JACHO,
  ADA, and NFPA for the specific installation site where the
  building will be located in CONUS, Alaska, Hawaii, Puerto Rico
  and OCONUS. Financing options such as operating leases, and
  Lease ith Purchase Option are required. New design services
  will be used when the Government does not want to modify a
  contractor's existing floor plan for a prefabricated building.
  Redesign services will be used when the Government modifies
  a contractor's existing floor plan. To be considered for award
  offerors must submit as part of their proposals information
  that addresses the following evaluation factors 1.) PAST PERFORMANCE:
  Submit a list of all buildings manufactured for installation
  (wood and/or metal) in CONUS, Alaska, Hawaii, and Puerto Rico,
  for the 12 month period October 1995 through September 1996.
  Offerors should submit a separate list of buildig projects
  completed for OCONUS (if any). The list shall indicate if buildings
  were designed for medical, commercial, industrial, or government
  projects. With the listing provide the building square footage,
  total cost, customer name and phone number, and site location
  (City & State, Puerto Rico, or OCONUS). 2.) TECHNICAL CAPABILITY:
  Submit a description of how your company provides a "One Stop
  Shopping" (ie., turnkey) service to customers who are buying
  prefabricated buildings. Discuss your company's capabilities
  from the design stage, fabrication, sitework, installation,
  through completion of a building project. List all your manufacturing
  sites. Describe our available financing options for lease and
  lease with purchase option. Submit a copy of the company's
  Standard Commercial Warranty for prefabricated buildings. Also
  submit a drawing of six buildings that you have installed that
  best depicts a floor plan which could be used for General Administrative
  Offices, Veterinary Clinic, General Medical Clinic (to include
  X-Ray and MRI), Multipurpose Building, Waehouse w/office, Maintenance
  Building w/office. Drawings should include square footage,
  specifications, and Total Cost. (Note: The drawing submittal
  is not "all or none". Offerors should submit drawings of completed
  projects particular to their industry). .) PRICE: Offeror shall
  submit an hourly rate for New Design Services and Redesign
  Services with their proposal. ORAL PRESENTATION. Offeror's
  key personnel must make an oral presentation and participate
  in a Q&A session conducted by representatives of the Government.
  The purpose of the oral presentation is to assess the offeror's
  knowledge and understanding of the Government's requirements,
  and to assess the fferor's capability to provide prefabricated
  wood and/or metal buildings. Oral presentations will be scheduled
  within 3 weeks after the solicitation closes with offerors
  whose proposals are determined best qualified to meet the Government's
  requirements. Dlivery and Acceptance. Buildings ordered by
  the Government for CONUS, Alaska, Hawaii, and Puerto Rico will
  be required to be designed, manufactured, and installed within
  120 days after an order is issued. The time for delivery of
  buildings to OCONUS will be determined prior to issuance of
  the Delivery Orders. FAR provision 52.212.1, Instructions to
  Offerors-Commercial is hereby included by reference wih the
  following addendum: Paragraph (c) Period for acceptance of
  offers: The offeror agrees to hold prices in their proposal
  firm for 90 calendar days from the date specified for receipt
  of offers. FAR provision 52.212.2, Evaluation-Commercial Items
  is incrporated by reference with the following addendum: Paragraph
  (a) The following factors shall be used to evaluate offers:
  Past Performance, Technical Capability (includes Commercial
  Warranty, and Building Drawings with Specifications) and Price.
  Past Performance is more important than Technical Capability
  and both combined are significantly more important than price.
  FAR provision 52.212.3, Offeror Reprsentations and Certifications-Commercial
  Items must be completed and submitted with proposal. FAR clause
  52.212-4, Contract Terms and Conditions-Commercial Items applies
  to this solicitation with the following addendum: Paragraphs
  (j) Risk of loss and (n) itle apply to the purchase of buildings.
  For lease and lease to purchase options, these terms will be
  tailored to the particular requirement and incorporated in
  the delivery order. FAR clause 52.212-5, Contract Terms and
  Conditions Required to Implement Statutes Or Executive Orders-Commercial
  Items applies to this acquisition with the following addenda:
  Paragraph (b) - the following FAR clauses are incorporatedby
  reference: 52.203-6, 52.203-10, 52.219-8, 52.219-9, 52.222-26,
  52.222-35, 52.222-36, 52.222-37, and 52.247-64. Paragraph (c)
  - the following clauses are incorporated by reference: 52.222-41
  and 52.222-43; clause 52.222-42 will be tailored to each actualrequirement
  and incorporated in the delivery order. DFAR 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 with the following addenda:
  Paragraph (b) - the following DFARS clauses are applicable
  and are incorporated by reference: 252.205-7000, 252.219-7003,
  252.219-7005, 25.225-7001, 252.225-7007, 252.233-7000, and
  252.249-7001. The following DFARS provision is incorporated
  by reference: 252.225-7006 (offerors must complete and return
  the certificate with their offer). DFARS provision 252.212-7000,
  Offeror Representations an Certifications-Commercial Items
  is incorporated by reference (offerors must complete and return
  this provision with their proposal). The following FAR clauses
  52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 can be
  found at URL: http://www.medcom.amedd.army.mil/medcom/mcaa.
  Offerors shall print and complete the appropriate clause(s)
  and include them with their proposal to the address listed
  below The following additional FAR clauses apply to this acquisition
  and are hereby incorporated by reference: 52.0216-18 Ordering
  (Such orders may be issued from date of award thru the end
  of the five year contract period); 52.0216-19 Order Limitations
  ((a) $1000; (b)(1) $1,000,000, (2) $1,000,000, (3) 10 calendar
  days; (d) 15 calendar days); 52.228-5 Insurance-Work on a Government
  Installation, and 52.0216-22 Indefinite Quantity (b) designated
  minimum is $2,000 for each contract awarded and designated
  maximum is $10 million total overall, (d) 120 calendar days
  after end of contract period). Proposals must be received not
  later than 23 Dec 96, 4:00 p.m., and mus be mailed to Chief,
  Central Contracting Office, MEDCOM, ATTN MCAA CC, Bldg 2015,
  1105 Beebe Loop, Ste 39, Fort Sam Houston, TX 78234-6039. Proposals
  received after the date and time stipulated shall not be accepted.
  For information regarding this solicitaion contact Dan Gutierrez,
  phone (210) 221-0584, FAX (210) 221-0259. FAX proposals shall
  not be accepted.
CITE: (I-337 SN007617)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: USDA Forest Service, Gila National Forest, 3005 E. Camino
  Del Bosque, Silver City, NM 88061
SUBJECT: 54 -- BEAVERHEAD CREW QUARTERS
SOL R3-6-97-04
DUE 011597
POC Maria Anna Fajardo, 505/388-8340, or Diana Terrell, 505/388-8344
DESC: The U.S.D.A. Forest, Gila National Forest, Black Range
  Ranger District.Catron County, New Mexico requires the construction,
  transport, and set up of a manufactured crew quarters building.
  The quarters will be constructed with 2"x 6" exterior wall
  studs with an overhanging eave of 16" minimum. The unit will
  have an estimated 1200 sq. ft. of floor area. It will contain
  4-5 bedrooms with a minimum of 2 complete bathrooms; one completely
  universally accessibly equipped. Unit Shall be delivered to
  Beaverhead Administrative site, approximately 80 miles North
  West of Truth or Consequences, New Mexico. Plans and specifications
  will be available on or about December 12, 1996.
CITE: (I-337 SN007682)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620
SUBJECT: 58 -- INFORMATION ON THE HANSCOM ELECTRONIC RFP BULLETIN
  BOARD (HERBB) CONCERNING THE UHF SATCOM AIRBORNE INTEGRATED
  TERMINAL (AIT)
SOL N/A
POC Mr. Joseph Zimmerman, Contracting Officer, 617-271-6279.
DESC: Reference CBD announcements published 11 Aug 95, Subject:
  Market Survey for NDI, Airborne qualified, UHF SATCOM ANDVT/DAMA-capable
  Integrated Terminals, SOL F19628-96-R-0022, 8 Feb 96, Subject:
  NDI, Airborne Qualified, UHF SATCOM and LOS/DAMA-capable integrated
  terminals, SOL F19628-96-R-0022, and 26 Feb 96, NDI, Airborne
  Qualified, UHF SATCOM and LOS/DAMA-capable integrated terminals.
  UHF SATCOM Demand Assigned Multiple Access (DAMA) Terminal
  Program. POC Mr. Joseph Zimmerman, Contracting Officer, (617)271-6279.
  The UHF SATCOM Terminal Development office (ESC/MCP) at Electronics
  System Center, Hanscom AFB, has recently updated information
  on the Hanscom AFB Bulletin Board (HERBB) concerning the Ultra
  High Frequency (UHF) Airborne Integrated Terminal (AIT) including
  the draft Technical Requirements Document (TRD), Performance
  Specification for Air Force, ESC-INT-TERM-FS001, dated 20 Nov
  96. This TRD release (draft version 3) is being reviewed by
  government personnel and is provided for information only.
  Prospective vendors will have an opportunity to provide comments
  to draft version 4 of the TRD, due for release to industry
  in Jan 97. Vendors who have responded to any of the aforementioned
  CBD announcements, and have no comments to the TRD, need not
  respond. Any questions with regard to the information on the
  HERBB should be addressed to ESC/MCK, Attn: Mr. Joe Zimmerman,
  50 Griffiss Street, Hanscom AFB, MA 01731-1620, commercial
  phone (617) 271-6279.
CITE: (I-337 SN007694)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQF), Rock Island , IL
  61299-7630
SUBJECT: 58 -- REFLECTOR, RESONANT
SOL DAAE20-97QW027
DUE 012497
POC Contract Specialist: Linda Maes (309) 782-3657, PCO: John
  E. Holmgren (309) 782-4836
DESC: 5860-01-019-3419, Part Number 10559447. Reflector, Resonant,
  Laser. Bond reflector to block using glass cloth. Cure 350
  deg. F plus/minus 10 deg. at 100-200 PSI. Requirements are
  320 ea Reflector, Resonant. For use on the M60A3 Tank. FOB
  is Destination. All or part of this action is an unfunded FY97
  requirement. Estimated issue date of this solicitation is 122496.
  Failure to properly address requests for solicitations in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE) (if a
  CAGE code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309)782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309)782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309)782-8094 on
  a limited basis.
CITE: (I-337 SN007702)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: Department of the Navy, NAWCAD Contracts, Bldg#588, MS-32
  47253 Whalen Road, Patuxent River, MD 20760
SUBJECT: 58 -- UHF TRANSCEIVERS - MULTICOUPLER/COMBINER TECHNOLOGIES
SOL N00421-
POC Jodi Stark, Code 25421J, Contract Specialist, (301) 342-1825
  Extension 165.
DESC: The Naval Air Warfare Center Aircraft Division, Patuxent
  River, Maryland in conjunction with the Naval Air Systems Command
  seeks sources for airborne UHF Multicoupler/Combiner Technologies.
  The intended application for this technology is to provide
  several UHF Transceivers simultaneous transmit and recieve
  capability through 1 or 2 aircraft Satellite Communications
  antenna(s) in both high and low angle modes of operation or
  1 of 4 selectable blade antennas. The minimum requirement for
  this capability is 4 simultaneous UHF signals to be transmitted
  and received in the 225 to 400 MHz range. This technology shall
  also be capable of DAMA operation. In addition to the minimum
  requirement, it is desired that growth for 1 to 7 additional
  signals be provided. Primary interest is towards Commercial
  Off the Shelf/Non Developmental Items technologies which can
  be quickly and easily integrated into existing aircraft. Full
  Mil-Spec hardware is not required and commercial technologies
  will be evaluated for application; however, ruggedization considerations
  apply. Specific interest is in identification of applicable
  technologies, integrations, space and weight required, technology
  limitations (i.e. loss, filtering, interference due to broadband
  noise and spurious signals emitted from another transmitter,
  transmission losses, signal reception losses, switching response
  times, bypasses, Havequick, interference, performance), and
  identification of requirements imposed by the application of
  the technology on the integrator of the technology into the
  aircraft. Current plans include the use of 3 half duplex ARC-187
  transceivers and 1 full duplex RT-1273AG transceiver. Available
  aircraft power is 28 VDC and single/ multi-phase 115 VAC 400
  Hz. This is a sources sought synopsis for information and planning
  purposes only, does not constitute an IFB or RFP, and is not
  to be construed as a commitment by the Government after information
  has been received. Firms possessing demonstrated experience
  and expertise in capabilities should include as a minimum:
  outline of previous qualifications, general description of
  facilities, personnel qualifications, and interface descriptions
  and brochures of candidate devices. Any response should be
  mailed to the Naval Air Warfare Center Aircraft Division, Contracts,
  Jodi Stark, Code 25421J Bldg 588, MS32, 47253 Whalen Road,
  Patuxent River, Maryland 20670 by January 17, 1997. Fascimile
  response is also acceptable and should be sent to the attention
  of Jodi Stark, Code 25421J at (301)342-1864.
CITE: (I-337 SN007728)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58 -- SPARE PARTS FOR HYDROGEN GENERATOR, AN/TMQ-42
SOL N/A
POC Mr. Joel Schulman, government Engineer, (908)427-5149.
DESC: The Army is seeking sources for spare parts for the AN/TMQ-42.
  The Government does not currently possess drawings for these
  parts. The following is a list of required spare parts with
  their associated part No. Valve Assy, A3245816; Pump Supply,
  A3245842; Pump, Vacuum, M46AA0101-690; Distribution Assy -
  Power, A3245815;Circuit Card Assy, A3245825; Electronic Control
  Assy, A3245814; Catalyst Hydrogen, A3245854; Amplifier Assembly
  - Thermocouple, A3245817; and Accessory Kit (no Part No.).
  This is a request for sources only; if there is any resultant
  solicitation, it will be publicized in accordance with FAR
  Part 5. Provide responses no later than 96DEC16. The address
  for responses to this request for sources is as follows: FAX(908)427-5665;
  E-Mail - schulman@doim6.monmouth.army.mil; Mailing Address
  - HQ, USACECOM, ATTN: AMSEL-RD-IE-SSR(J. Schulman), Fort Monmouth,
  NJ 07703-5211.
CITE: (I-337 SN007736)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U. S. Department of Commerce, NOAA, Central Administratrive
  Support Center, 601 East 12th St., CC31:CAH, Rm. 1756, Kansas
  City, Missouri 64106
SUBJECT: 59 -- DIODE, REVERSE BLOCKING THYRISTOR (RBT)
SOL 98016CH
POC Charles A. Hughes 816- 823-1342
DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase the
  following item as a commercial acquisition under the guidelines
  of FAR Part 13. The Government requires 150 each Diode Reverse
  Blocking Thyristor (RBDT), NSN: 5961-01-060-6663, Westinghouse
  p/n 589R131H01, Cage 97942. The item is being purchased in
  support of the U.S. Dept. of Commerce/NOAA, National Logistics
  Support Center, Kansas City, Missouri. The Government does
  not have drawings or specifications for these items. Any small
  business source, able to provide the item specified referenced
  herein is encouraged to respond to this announcement within
  15 days after it's publication. Interested firms should submit
  in writing, it's name, address, point of contact, telephone
  number, business size and a brief statement regarding its capability
  to provide the specified equipment, and the name, telephone
  number, and point of contact for businesses or other Government
  agencies to which it has previously provided the equipment.
  This information should be submitted to the addresses stated
  herein or may be faxed to telephone number 816-823-3447. A
  Request For Quotation will be issued on or about 15 days from
  date of this announcement and close 10 days from date of issuance.
  This is not a request for proposals and there is no solicitation
  available at this time. The Government reserves the right to
  solicit bids based on receipt of affirmative responses to this
  notice. The Standard Industrial Classification Code is 3679
  (Electronic Components, N.E.C.). The small business size standard
  is 500 employees. This is a small business set-aside.
CITE: (I-337 SN007605)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 59--CABLE
SOL 1PI-B-1921-97
DUE 122296
POC Contract Specialist, STONE, BRODERICK, 202-508-8500
DESC: Correction: UNICOR, Federal Prison Industries, Inc. wishes
  to amend the original advertisement publicized on 11/5/96 to
  reflect the following changes: Item(s) 0001 - Guaranteed Minimum
  Quantity is changed to read 50 ea, Guaranteed Maximum Quantity
  ischanged to read 850 ea. 0002 - Guaranteed Minimum Quantity
  to read 428 ea, Guaranteed Maximum Quantity to read 855 ea.
  0003 - Guaranteed Minimum Quantity to read 428 ea, Guaranteed
  Maximum Quantity to read 855 ea. 0004 - Guaranteed Minimum
  Quantity to read428 ea, Guaranteed Maximum Quantity to read
  855 ea. 0005 - Guaranteed Minimum Quantity to read 428 ea,
  Guaranteed Maximum Quantity to read 855 ea. 0006 - Guaranteed
  Mimimum Quantity to read 428 ea, Guaranteed Maximum Quantity
  to read 855 ea. 0007 - Guaranteed Minuimum Quantity to read
  850 ea, Guaranteed Maximum Quantity to read 1,750 ea. Delivery
  shall be changed to reflect the following changes: 60 days
  ARO for line tem 0001 and 70 days ARO for line items 0002 -
  0007. Change fax number to read (202)347-9416. Items 0002 -
  0007 awarded all or none.
CITE: (I-337 SN007623)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-ELECTRONIC COMPONEN
SOL N0010497QDB51
DUE 011697
POC Contact Point, Michael P Furry, 02112.12, (717)790-1470,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 7H-5998-01-310-8002, SPEC NR TDP VER 004, Ref Nr 878869-3,
  Qty 4 EA, Delivery FOB Origin--All firms should include their
  cage code on solicitation requests. All responsible sources
  may submit an offer which will be considered ., See Notes 9,22
CITE: (I-337 SN007658)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-ANTENNA
SOL N0010497RGA72
DUE 011697
POC Contact Point, Jan E Seitz, 02152.8, (717)790-6475, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie
  Pepperman, 02152, (717)790-3056
DESC: NSN 7H-5985-01-147-7376, SPEC NR TDP VER 005, Ref Nr 8006-8084-3,
  Qty 8 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk
  VA, See Note 9
CITE: (I-337 SN007659)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 59 -- ADD 161KV CIRCUIT SWITCHERS, PES
SOL F40650-97-B-0008
DUE 011797
POC Kimberly Williams, Contract Specialist, (615) 454-7841
DESC: This requirement is for the manufacture, assembly, and
  delivery of five 169kv circuit switchers. The circuit switchers
  are to be added at the PES (Plenum Evacuation System) substation
  between the existing disconnect and transformers. Delivery
  shall be FOB Arnold AFB, TN and shall be required within 16
  weeks after contract award.
CITE: (I-337 SN007675)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville,
  P.O. Box 30, Jacksonville, Florida 32212-0030
SUBJECT: 59--CALIBRATE RELAYS, BREAKERS & METERS
SOL N68931-97-Q-3007
DUE 121696
POC Ms. Tammy Szydolski or Vickie Hunter (904) 270-5215
DESC: CORRECTION:  The deadline for the receipt of bids for this
  solicitation is changed to 12/16/96.  All other information
  published in the original synopsis is correct. 
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL fjanosic_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-337 SN007709)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 59 -- ANTENNA, PEDESTAL
SOL DAAB07-97-Q-S836
DUE 122096
POC Debra Hambrecht, Purchasing Agent, (908)532-4246, Kathleen
  Rizzo, Contracting Officer.
DESC: NSN 5985-01-391-2720, Part No. A3197582, P/O AN/TMQ-41,
  9 each Pedestal, Antenna. Delivery to Distribution Depot San
  Joaquin, Stockton, CA and Distribution Depot Susquehanna, New
  Cumberland, PA. Sole source to Environmental Technologies Group,
  Inc., MD IAW One Responsible Source. Solicitation will be performed
  by oral quote. Estimated award date is 96DEC31. See Numbered
  Note(s): 22.
CITE: (I-337 SN007738)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-C, Bldg 10, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: 59 -- PASSIVE RADIO FREQUENCY TAG AND INTERROGATOR
SOL N/A
POC Contact Dr. Paul Willson, Project Engineer, (201) 724-2135
  or Al Heller, email aheller, Contract Specialist, (201) 724-2749.
DESC: Sources sought for product information for a PASSIVE RADIO
  FREQUENCY TAG AND INTERROGATOR. This is a Request for Informaton
  on available radio frequency tags or labels which have the
  following characteristics: They are passive - that is, are
  powered from the reception of a transmitted RF signal rather
  than from a battery, they are small - prefer less than 2 mm
  by 2 mm, they are inexpensive prefer less than fifty cents
  apiece, they are one piece item, they have on-board read/write
  long store memory - the more the better, they are long lasting
  - numerous years, they are addressable to handle conflict resolution,
  communication would be limited to the interrogator, communication
  distance would be less than ten feet. The interrogator would
  work with the tags, would interface with the user to allow
  user input data to be stored in the tag's memory, would read
  out the tag's memory and display the results, would resolve
  conflicts between nearby tags selecting the correct one for
  writing to or reading from, would tell the user the identity
  of all the tags responding, access time plus conflict resolution
  plus data transfer time should be less than one second for
  writing or reading. Responses should include industry capability,
  what components already exist and where they are now being
  used (references), what components would need to be modified
  and at what cost, how long to deliver, and reliability. The
  information should be submitted no later than 15 working days
  from date of publication of this Notice to the POC and address
  listed. This is not a Request for Proposal or an obligation
  on the part of the Government to include ideas in any part
  of a solicitation. The Government does not intend to award
  a contract on the basis of this Request for Information (RFI)
  or otherwise pay for the information provided. No basis for
  claims against the Government shall arise as a result of a
  response to this RFI or Government use of such information.
  This RFI does not constitute a Solicitation for Proposal. All
  responses should be sent to Dr. Paul Willson, U.S. Army ARDEC,
  AMSTA-AR-QAT-T, Bldg 908, Picatinny Arsenal, New Jersey, 07806-5000.
CITE: (I-337 SN007747)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-CABLE ASSEMBLY,POWE
SOL N0010496RDF55
DUE 011597
POC Contact Point, Michael P Furry, 02112.12, (717)790-1470,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 1H-6150-01-140-6943, SPEC NR TDP VER 004, Ref Nr L22466P05,
  Qty 102 EA, Delivery FOB Origin--All firms should include their
  cage code on solicitation requests. All  responsible sources
  may submit an offer which will be considered .  This item 
  will be acquired from approved sources only. Information about
  the  qualification requirement may be obtained from NAVSEA
  (Naval Sea Systems Command) code 03X32 , Washington DC 20362
  ., See Note 9
CITE: (I-337 SN007660)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense Supply Center, Richmond, 8000 Jefferson Davis
  Highway, Richmond, Virginia 23297-5824
SUBJECT: 62--ELECTRIC LIGHT CONTROL
SOL SP0441-97-R-0374
DUE 122096
POC For copies of necessary enclosures to solicitation phone
  or write DSCR ATTN: DSCR-JFPB, ATTN: Eva Johnson, Richmond,
  VA 23297-5312 (804) 279-3508. Buyer: Eva Johnson/BW200 (804)
  279-3508 Carolyn Altizer/Contracting Officer (804) 279-3527.
DESC: Detail Requirements Description: (1) This is a combined
  synopsis/solicitation for commercial items prepared in accordance
  with the format in FAR 12.6, as supplemented with additional
  information included in this notice. This announcement constitutes
  the solicitation; proposals are being requested and a written
  solicitation will not be issued. Solicitation number is SP0441-97-R-0374
  and is a request for proposals. This solicitation is issued
  unrestricted to establish an indefinite quantity contract,
  IQC, against which delivery orders may be placed for a period
  of one year as identified in FAR Clause 52.216-18 of this solicitation.
  The Government shall order at least the quantity of supplies
  designated as the guaranteed minimum,  see FAR clause 52.216-22.
  In this procurement, the guaranteed minimum dollar value, total
  contract basis, that will be negotiated will be no less than
  $1,500 for each year the contract is in effect. The contract
  shall not exceed a total annual dollar value of $2,446,654.
  Award of this contract will be made on an all or none basis.
  It is the government's intent to issue direct delivery orders,
  DVD, to any location in the continental United States, CONUS.
  FAST PAY is applicable to individual orders less than $25,000.
  The solicitation contains an option to extend the term of the
  contract EPA for an additional three years, refer to 52.216-2,
  52.217-9G13. Solicitation is to result in an indefinite quantity
  contract utilizing the Paperless Order  Placement System (POPS).
  Refer to clauses 52.211-9G33, 52.211-9G45, 52.213-1, 52.216-19,--Any
  Combination of orders shall not exceed contractor's maximum
  30-day production capability; the contractor must return unacceptable
  orders which exceed maximum limitations in 10 days. 52.232-25.
  (2) Offerors are required to submit price proposals for each
  of the 17 line items identified below. Offerors must provide
  information on standard commercial packaging, quantity unit
  pack, minimum order quantity, product ordering code, weight
  and cube for each of the 17 items listed below. Offerors will
  be evaluated based on prices offered for the estimated annual
  demand quantity for each line item. (See clause 52-216-9G09).
  The min/max order quantities IAW clause 52.216-19  and the
  estimated annual quantities are listed in information for each
  line item. LINE ITEM 001; NSN 6210-01-380-1906; CONTROL, ELECTRIC
  LI; WATT STOPPER INC; CAGE 0MCJ1; P/N CI-100-U; BRACKETS A
  AND B INCLUDED; U/I: MIN 1 EA./MAX 480 EA; ESTIMATED ANNUAL
  QUANTITY 6,700. LINE ITEM 0002; NSN 6210-01-432-2228; CONTROL,
  ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N CI-100-1-U;
  U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY 1,200.
  LINE ITEM 0003; NSN 6210-01-432-2224; CONTROL, ELECTRIC LI;
  WATT STOPPER INC; CAGE 0MCJ1; P/N CI-100H-U; U/I: MIN 1 EA./MAX
  384 EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0004; NSN
  6210-01-380-2142; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE
  0MCJ1; P/N DT-100L-U; BRACKETS A AND B INCLUDED; U/I: MIN 1
  EA./MAX 297 EA; ESTIMATED  ANNUAL QUANTITY 1,200. LINE ITEM
  0005; NSN 6210-01-411-8654; CONTROL, ELECTRIC LI; WATT STOPPER
  INC; CAGE 0MCJ1-P/N W-1050A-U; U/I: MIN 1 EA./MAX 243 EA; ESTIMATED
  ANNUAL QUANTITY 4,100. LINE ITEM 0006; NSN 6210-01-411-8732;
  CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1--P/N W-550A-U;
  U/I: MIN 1 EA./MAX 323 EA; ESTIMATED ANNUAL QUANTITY 3,400.
  LINE ITEM 0007; NSN 6210-01-432-2219; CONTROL, ELECTRIC LI;
  WATT STOPPER INC; CAGE 0MCJ1; P/N WPIR-U; U/I: MIN 2 EA./MAX
  570 EA; ESTIMATED ANNUAL QUANTITY 1,400. LINE ITEM 0008; NSN
  6210-01-411-8712; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE
  0MCJ1--P/N W-2050H-U; U/I: MIN 1 EA./MAX 384 EA; ESTIMATED
  ANNUAL QUANTITY 3,400. LINE ITEM 0009; NSN 6210-01-432-2216;
  CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE  0MCJ1; P/N CI-200-U;
  U/I: MIN 1 EA./MAX 90 EA; ESTIMATED ANNUAL QUANTITY 300. LINE
  ITEM 0010; NSN 6210-01-411-8730; CONTROL, ELECTRIC LI; WATT
  STOPPER INC; CAGE 0MCJ1; P/N W2050A-U; U/I: MIN 1 EA./MAX 384
  EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0011; NSN 6210-01-380-2402;
  POWER PACK, CONTROL, ELECTRIC LIGHT; WATT STOPPER INC; CAGE
  0MCJ1; P/N A277E-P-U; U/I: MIN 3 EA./MAX 1,105 EA; ESTIMATED
  ANNUAL QUANTITY 19,000. LINE ITEM 0012; NSN 6210-01-382-2476;
  POWER PACK, CONTROL; WATT STOPPER INC; CAGE 0MCJ1; P/N A120E-P-U;
  U/I: MIN 4 EA./MAX 1,786 EA; ESTIMATED ANNUAL QUANTITY 6,000.
  LINE ITEM 0013; NSN 6210-01-380-2041; CONTROL, ELECTRIC LI;
  WATT STOPPER INC; CAGE 0MCJ1; P/N WA-100-U; U/I: MIN 2 EA./MAX
  712 EA; ESTIMATED ANNUAL QUANTITY 4,700. LINE ITEM 0014;  NSN
  6210-01-432-4108; TIME SWITCH, DIGITAL; WATT STOPPER INC; CAGE
  0MCJ1; P/N TS-200-U; U/I: MIN 1 EA./MAX 489 EA; ESTIMATED ANNUAL
  QUANTITY 700. LINE ITEM 0015; NSN 6210-01-432-7035; PLATE,
  SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N ASP-211-U; U/I: MIN
  1 BOX/MAX 40 BOXES; ESTIMATED ANNUAL QUANTITY 40. LINE ITEM
  0016; NSN 6210-01-432-7036; PLATE, SWITCH; WATT STOPPER INC;
  CAGE 0MCJ1; P/N ASP-422; U/I: MIN 1 BOX/MAX 16 BOXES; ESTIMATED
  ANNUAL QUANTITY 16. LINE ITEM 0017; NSN 6210-01-432-7041; PLATE,
  SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N ASP-432-U; U/I: MIN
  1 BOX/MAX 16 BOXES; ESTIMATED ANNUAL QUANTITY 16. (3) The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-41. (4) Delivery
  of the items  in para 17(2) (a) through (9) will be required
  within 15 days from receipt of order. FOB will be at destination.
  Inspection/acceptance will be at destination. (5) This contract
  is a rated order under DPAS (15CFR 700). DPAS rating DO-C9
  is applicable. (6) Specification, plans or drawings relating
  to the procurement described are not available and cannot be
  furnished by the government. See note 22; trade agreement applies.
  See note 12. (7) Sealed offers in original and no copies for
  furnishing the supplies or services in the schedule will be
  received at the place specified in Item 7, or if handcarried,
  in the depository located in Reception Area, Bldg 31, until
  2:00 p.m. local time 96 Dec 20. (8) Offer is to be addressed
  and returned to Bid  Custodian Defense Supply Center, ATTN:
  DSCR Procurement, 8000 Jefferson Davis Highway, Richmond, VA
  23297-5371. 17. Detail Requirements Description: (8) The following
  clauses are incorporated by reference: 52.212-1 Instructions
  to Offerors--Commercial Items with the following changes: (c)
  Period for acceptance of offers is 45 calendar days. (h) The
  Government intends to make award on an all-or-none basis. 52.212-3
  Offeror Representations and Certifications--Commercial Items.
  A completed copy of the provision must be included with any
  offer. Evaluation Criteria: Offers will be evaluated based
  on prices for the base year. The contractor must accept option
  provision to extend the term of the contract for an additional
  three years, total contract  period not to exceed 48 months.
  Provision 52.216-2, Economic Price Adjustment--Standard Supplies
  is applicable and the aggregate of the increases in any contract
  unit price under this clause shall not exceed 10% of the original
  contract unit price. Automated Best Value Model, 52.215-9G05;
  52.214-9002, Trade Discounts; 52.216-9G09, Evaluation--Indefinite
  quantity Contract; 52.217-5, Evaluation of Options; 252.225-7003,
  Information for Duty Free Entry Evaluation apply. These provisions
  are available in full text upon request from the contracting
  officer. 52.212-4, Contract Terms and Conditions--Commercial
  Items is applicable with the following added provisions: 52.213-1
  POPS Fast Pay Notice and 52.213-1 DSCR NOTE. DSCR NOTE is available
  in full  text upon request from the contracting officer. 52.212-5
  Contract Terms and Conditions Required to Implement Statutes
  or Executive Orders--Commercial Items is applicable. The following
  provisions apply: 52.203-6, Restrictions on Subcontractor Sales
  to the Government, with Alternate I; 52.203-10, Price or Fee
  Adjustment for Illegal or Improper Activity; 52.219-8, Utilization
  of Small Business Concerns and Small Disadvantaged Business
  Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned
  Small Business Subcontracting Plan; 52.222-26, Equal Opportunity;
  52.222-35, Affirmative Action for Special Disabled and Vietnam
  Era Veterans; 52.222-36, Affirmative Action for Handicapped
  Workers; 52.222-37, Employment Reports on Special Disabled
   Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American
  Act-Supplies; 52.225-9, Buy American Act--Trade Agreements
  Act--Balance of Payments Program. In addition, the following
  provisions are also applicable: 52.211-9G33, POPS--Computer
  Compatability, 52.211-9G45 POPS--Special Marking Instructions;
  52.246-2, Inspection of Supplies--Fixed Price; 52.246-16, Responsibility
  for Supplies; 52.211-17, Delivery of Excess Quantities; 52.211-9G50,
  Ordering Office and Time of Delivery--The ordering office is
  the Defense Supply Center, Richmond and supplies ordered are
  required to be delivered to the destination cited in each delivery
  order 15 days after receipt of the order by the  contractor;
  52.211-9G50, Ordering Office and Time of Delivery ALT I; 252.246-7000,
  Material Inspection and Receiving Report with DSCR Note--Mail
  one copy to Defense Supply Center Richmond 8000 Jefferson Davis
  Highway Directorate of Business Operations ATTN: Inventory
  Control Manager Richmond, VA 23297-5862; 52.247-34 F.O.B. Destination;
  52.247-9G11 Manufacturer's Loading Practices; 52.203-3, Gratuities;
  52.211-5, New Material; 52.211-7, Other than new material,
  Residual Inventory, and Former Government Surplus Property;
  52.216-19 DSCR NOTE POPS--Minimum Order Quantity--the minimum
  order is $50 and max order is $25,000--the limitations are
  in addition to the min/max quantities reflected for each line
  item; 52.217-9G15 Flexible Options DSCR; 52.217-9G20  Addition/Deletion
  of Items on Schedule; 52.225-11 Restrictions on Certain Foreign
  Purchases; 52.216-1 Type of Contract--The Government anticipates
  a fixed price with EPA contract; 52.217-9002 Conditions for
  Evaluation and Acceptance of Offers for Part Numbered Items;
  252.212-7000 Offeror Representations and Certifications--Commercial
  Items and 252.212-7001 Contract Terms and Conditions Required
  to Implement Statutes of Executive Orders Applicable to Defense
  Acquisitions of Commercial Items; 252.205-7000 Provision of
  Information to Cooperative Agreement Holders; 252.219-7003
  Small Business and Small Disadvantaged Business Subcontracting
  Plan 252.219-7005 Incentive for Subcontracting with Small Businesses,
  Small Disadvantaged Businesses,  Historically Black Colleges
  and Universities and Minority Institutions Alternate I; 252.219-7006
  Notice of Evaluation Preference for Small Disadvantaged Business
  Concerns ALT I 252.225-7001 Buy American Act and Balance of
  Payment Program; 252.225-7007 Trade Agreements; 252.233-7000
  Certification of Claims and Requests for Adjustment or Relief;
  252.247-7024 Notification of Transportation of Supplies by
  SEA; 252.249-7001 Notification of Substantial Impact on Employment.
  Offerors in need of any of the referenced clauses may contact
  the contracting officer.
CITE: (M-337 SN007612)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 66--CABLE TEST EQUIP
SOL 1PI-R-0660-97
DUE 011797
POC Contract Specialist, DAY, LISABETH, (202) 508-8419
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a sole source firm fixed price contract with Cabletest
  International, Inc., Lee's Summit, MO for one Cable Testing
  Systems, MPT5000. FOB Destination to FCI Loretto, PA. Delivery
  is requird 60 calendar days from contract award. Interested
  offerors may identify their interest and capability in response
  to the requirements or submit a proposal that will be considered
  by this agency. This notice of intent is not a request for
  competitive propoals. 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
  to determine whether to conduct a competitive procurement (see
  note 22). To obtain the solicitation, offerors shall submit
  a request, in writing, to UNICOR, Federal Prison Industries,
  nc., Material Management Branch, ATTN: Lisabeth L. Day, 320
  First St., NW, Washington, DC 20534, fax (202) 347-9416. Company
  shall identify solicitation number, mailing address,
CITE: (I-337 SN007621)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66-INDICATOR,DIGITAL D
SOL N0010496RDF56
DUE 011497
POC Contact Point, Michael P Furry, 02112.12, (717)790-1470,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Barbara
  J Klaiber, 0211, (717)790-2050
DESC: NSN 7H-6625-01-058-1912, SPEC NR TDP VER 001, Ref Nr 792480-5,
  Qty 11 EA, Delivery FOB Origin--All firms should include their
  cage code on solicitation requests. All responsible sources
  may submit an offer which will be considered., See Notes 9,22
CITE: (I-337 SN007661)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL
  61299-5000
SUBJECT: 66--INFRARED IMAGING SYSTEM FOR INSPECTION AND ANALYSIS
  OF RIA STEAM DISTRIBUTION SYSTEM.
SOL DAAA08-97-Q-0080
DUE 122396
POC Purchasing Agent Mrs. Carol J. Baumgartner (309) 782-8635
  (Site Code DAAA08)
DESC: The Rock Island Arsenal is seeking possible sources and
  proposals for two each infrared imaging radiometer systems
  with the following minimum requirements. System shall be fully
  calibrated utilizing focal plan array technology. Description:
  Hand-held single piece,cordless design without battery packs;to
  be used in extremely confined space with harsh environment.
  Environmentally sealed with no fans, filters, or forced cooling.
  Focal array with at least 250X250 invididually calibrated detector
  elements.Thermal sensitivity (NETD) of less than 0.1 deg C.
  Image display with accuratae temperature measurement on any
  individual pixel.Permanent multi-point non-uniformity correction,
  specific for each temp range, lens and filter. Calibrated measurements
  from -10 deg to +425 deg C, without use of filters. Recall
  of stored images in field, in non- proprietary/windows standard
  format, utilizing embedded PCMCIA card. Standard ad S-video
  outputs . Fully OLE-2 compliant image processing system, operable
  within latest available DOS/ windows environment. NOTE: No
  solicitation will be issued at this time. Participation in
  this effort is strictly voluntary with no cost or obligation
  t be incurred by the Government. The Government will in no
  way be obligated to purchase all or any part of the supplies
  described above. Any of the information stated above concerning
  the supplies is subject to change. All information obtained
  from this request shall be made available for competitive bidding
  purposes, should the need arise. If you have any further questions
  please call Carol Baumgartnr, (309)782-8635. Any information
  to be provided should be in written or published form and submitted
  to Commander, Rock Island Arsenal, ATTN: SIORI-CTP/Carol Baumgartner,
  Rock Island, IL 61299-5000. Any information to be provided
  should be submitted withi 15 days of the publication of this
  announcement.
CITE: (I-337 SN007624)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: COMMANDER, USAYPG, STEYP-CR/BLDG 2100, YUMA AZ 853659106
SUBJECT: 67--PHOTOGRAPHIC FILM
SOL DAAD01-97-R-0008
DUE 123196
POC Contract Specialist Carol L. Lewis (520) 328-6124 (Site Code
  DAAD01)
DESC: Notice of the Government's intent to purchase by non-competitive
  negotiation various High Speed Ballistic Instrumentation Film
  from Eastman Kodak Company, 12100 Rivera Road, Whittier, CA.
  It is anticipated that a requirements type contract will be
  awrded for a base year and one one- year option period. Film
  will consist of but not be limited to Eastman Kodak Catalog
  Numbers 164-8112, 151-4108, 152-6656, 150-4687, 181-3484, 152-6060,
  120-4163, 192-8662, and 153-1441. The photo lab photographic
  film andpaper processors use Kodak manufactured photographic
  materials at this time due to hight quality, film format, special
  perforation, stability of film, shelf life, size, and exacting
  color. Kodak is the sole manufacturer of instrumenation type
  film and accessories necessary for compatibility and continuity
  with our photographic materials and present processing chemistry.
  USAYPG, Yuma, AZ will be the primary procuringoffice for this
  coordinated procurement between designated test centers. Each
  test center will be responsible for their own requirements.
  Delivery location and delivery time shall be indicated on individual
  delivery orders. Negotiations will be conducted wth Eastman
  Kokak Company on an other than full and open competition basis
  for solicitation DAAD01-97-R- 0008. Responses other than the
  above source may identify their capability to the requirement
  or submit a proposal in writing. See Note 22.
CITE: (I-337 SN007643)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 67 -- PHOTOGRAPHIC EQUIPMENT
SOL DAAL01-96-R-9865
DUE 121796
POC Kevin Hawk, Contract Specialist, (301) 394-3138, Kathleen
  M. Tennant, Contracting Officer, (301) 394-3439.
DESC: The purpose of this modification is to extend the due date
  for the synopsis/solicitation published 4 November 1996, issue
  PSA-1714. The due date for proposals is 17 December 1996 at
  2:00 PM EST.
CITE: (I-337 SN007698)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Smithsonian Institution, Office of Contracting & Property
  Management 955 L'Enfant Plaza, S.W., Suite P-114, Washington,
  D.C., 20024
SUBJECT: 70 -- AUTOMATED COLLECTIONS INFORMATION SYSTEM (CIS)
SOL 9736SOL0007
POC Melissa D. Howard, Contract Specialist, (202) 287-3238.
DESC: The Smithsonian Institution is seeking proposals for a
  single ADP firm to provide an off-the-shelf, automated Collections
  Information System (CIS) that will be separately implemented
  in each of the Smithsonian's six art museums, which together
  house over 280,000 works of art (five of the museums are located
  on or near the Mall in Washington, D.C., and the sixth museum
  is in New York City). The general functionality the Smithsonian
  art museums require in a CIS are: 1) At a minimum, the application
  must support cataloguing, object tracking, inventory control,
  loan management, acquisitions, and exhibition management, all
  of which are museum functions; 2) At a minimum, the application
  must provide data entry, editing, authority control, search,
  and retrieval, all of which are system functions; 3) The application
  must have security features to control access to information
  by password, user group, record, function, and field; 4) The
  application must have some flexibility in it's "look and feel"
  permitting museum variations in entry screens, headings, field
  order, help, and local fields; 5) The application must be capable
  of integrating images into it's screen displays; 6) The application
  must have graphical user interface with standard navigational
  features like menus, function keys, and commands; 7) The application
  must have an easy to use, powerful report writer; and 8) The
  application must support the export of data to other systems.
  The Smithsonian art museums require a non-proprietary solution
  that runs in a Novell 3.X or 4.X environment and utilizes the
  installed base o IBM-compatible PCs at the 486 or higher level
  as well as a smaller number of MacIntosh computers. It is important
  to note that the proposed system must not be based on the Mac
  System 7 operating system. Offerors are requested to recommend
  an appropriate server for each of the six museums that takes
  into account each of the museum's data requirements and existing
  hardware, and network configurations. The successful Offeror
  will be responsible for procuring and installing new hardware
  (server) and software. Copies of the Solicitation No. 9736SOL0007
  are available upon written request mailed or faxed to Smithsonian
  Institution, Office of Contracting & Property Management, 955
  L'Enfant Plaza, S.W., Suite P-114, Washington, D.C., 20027,
  Attention: Melissa D. Howard (Fax No. 202-287-2008). Firms
  desiring to be considered for this requirement will be required
  to submit Business/Cost and Technical proposals which will
  be evaluated in accordance with the evaluation criteria stipulated
  in the solicitation.
CITE: (I-337 SN007673)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 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-337 SN007712)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA Lewis Research Center, 21000 Brookpark Road, Cleveland,
  Ohio 44135
SUBJECT: 70 -- GEARSEARCH THERMAL ANALYSIS SOFTWARE
SOL RFQ3-066134
POC Syreeta Stewart, Contracting Officer, (216) 433-8673, or
  Internet E- Mail: Syreeta.Stewart@lerc.nasa.gov.
DESC: Requests for copies of the solicitation will be accepted
  via mail, fax at (216) 433-5185, or Internet E-Mail: solicitation.requests@lerc.nasa.gov.
  Requests shall include the solicitation no. RFQ3-066134 and
  your company's name, phone no., and mailing address. NASA Lewis
  Research Center intends to continue the development of TARGRN
  thermal analysis program. Final selection for award will be
  based on offer providing its best value to the Government,
  price and other factors considered. Delivery to Cleveland,
  OH 44135. Delivery schedule is 30 calendar days after contract
  award. This notice is for information only. NASA-Lewis intends
  to contract with: GEARESEARCH ASSOCIATES. This is a combined
  synopsis/solicitation for commercial items prepared in accordance
  with the format in FAR Subpart 12.6, as supplemented with additional
  information included in this notice. This announcement constitutes
  the only solicitation, proposals are being requested and a
  written solicitation will not be issued. This solicitation
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-37. The Standard Industrial
  Classification (SIC) Code for this acquisition is 7372. The
  Small Business Size Standards is $18.0. This procurement is
  being conducted under the Simplified Acquisition Threshold
  (SAT) portion of the Federal Acquisition Streamlining Act (FASA).
  The following provisions apply to this acquisition: 52.212-1
  - Instructions to Offerors - Commercial, 52.212-4 - Contract
  Terms and Conditions and 52.212-5, Contract Terms and Conditions
  Required To Implement Statutes Or Executives Orders - Commercial
  Items. Offerors must include a completed copy of the provision
  52.212-3 - Offeror Representations and Certifications - Commercial
  Items with their offer. All documents related to this procurement
  will be available via the NASA Internet Acquisition Service
  (NAIS). The documents will reside on a World Wide Web server,
  which may be accessed using client browsers, such as MOSAIC
  or Netscape. The WWW address, or Uniform Resource Locator (URL)
  of the Lewis Research Center Procurement Home Page is http://www.lerc.nasa.gov/WWW/Procure/home.htm.
  Award shall be made on best value to the Government, with consideration
  given to price, delivery, past performance, warranties and
  other considerations of value. It is anticipated that an award
  will be made within 10 business days after the date for submission
  of quotes. See Numbered Note(s): 1 and 26.
CITE: (I-337 SN007743)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: National Imagery and Mapping Agency, Attn: PCO-E MS D-5,
  4600 Sangamore Road, Bethesda, MD 20816-5003
SUBJECT: 76 -- COLOR SEPARATION PRODUCTS; VIDEO DISC RESTOCK
SOL Multiple
DUE 122396
POC Contact Tim Hughes, Contracting Officer, 301-227-1904, FAX
  301-227-4793
DESC: The National Imagery and Mapping Agency, Bethesda, MD requires
  for DMA800-94-R-5053 2AA/2AB, Corrected Reprint Charts, plotting
  Notice to Mariners corrections and color separation of charts
  approximately twenty-five (25) charts unclassified; 3AG, 1:100,000
  Scale, Topographic Line Map, compilation and color separation
  approximately two (2) sheets classified SECRET; 3CB, City Graphic,
  compilation and color separation approximately one (1) sheet
  classified SECRET. For DMA600-91-R-5009 3DR, Video Disc Restock
  approximately 2 unclassified double-sided restock packages.
  The National Imagery and Mapping Agency, St. Louis, MO requires
  for DMA800-94-R-5053 4AA, one (1) ATC200 combo; 3AG, one (1)
  1:100 combo; 1AE, two (2) JOG-A combo, 1AE, two (2) JOG-A;
  4AA,four (4) ATC 200; 3AG, one (1) 1:100; 1AC, three (3) JNC.
  This notification is directed to contractors who currently
  qualify as Basic Ordering Agreement holders under this Solicitation.
  Source materials at Bethesda, MD will be available for mandatory
  inspection from 09-13 December 1996 between the hours of 7:00
  AM until 3:00 PM local time and St. Louis, MO 63102-3399. Offers
  must be received no later than 12:00PM, local time 23 December
  1996 at the National Imagery and Mapping Agency, PCO-E, MS
  D-5, 4600 Sangamore Road, Bethesda, MD 20816-5003 and offers
  resulting for the St. Louis, MO source exhibit must be received
  no later than 1:00 PM local time 16 December 1996 at the National
  Imagery and Mapping Agency, PCO-W, MS L-13, Building D, Suite
  B, 2665 Scott, St. Louis, MO 63103. Delivery shall be FOB destination.
  Contractors who wish to view the source material shall contact
  Tim Hughes (PCO-E) one week prior to mandatory source inspection.
  No Foreign Nationals are allowed to participate on MC&G products.
  Contractors who have an interest in becoming a Basic Ordering
  Agreement may contact in writing the Contracting Officer for
  a copy of the solicitation. This requirement is subject to
  the availability of funds. See note(s): 23.
CITE: (I-337 SN007710)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 81--CELLULOSE PERFORATED PADS
SOL 1PI-B-1943-97
DUE 011797
POC Contract Specialist, MACALUSO, PETER, 202/508-3958
DESC: Deliveries shall be made within 30 days after the receipt
  of an order to: UNICOR FPI, Lompoc Federal Correctional Institution,
  3901 Klein, Lompoc, CA 93436. The contract's duration will
  be one year. The quantities are estimates in units of "rolls"
  folowing the description. Item: Pad, cellulose, perforated,
  1/8"(T) X 48"(W) X 600'(L), 1,200. Written or faxed requests
  only (202 347-9416). Please indicate business size. See Note
  1.
CITE: (I-337 SN007622)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Chief, Acquisition and Materiel Management (90C), VA
  Medical Center, One Veterans Drive, Minneapolis, MN 55417
SUBJECT: 83 -- TEXTILES
SOL RFQ 17-CM-97
DUE 121696
POC Carol Murphy, Contracting Officer (612) 725-2190
DESC: This is amendment number one to combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in FAR Subpart 12.6, published in the CBD on November 26, 1996.
  Request for Quotation RFQ 17-CM-97 issued for 100% cotton Bedspread/Blanket.
  See November 26, 1996 CBD for complete announcement. Amendment
  number one changes only the date for receipt of offers. Date
  for receipt of offers is extended to December 16, 1996 at 4:30
  p.m.
CITE: (I-337 SN007691)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE,
  ATTN AMSSC-AD, NATICK MA 01760-5011
SUBJECT: 84--BOOT, INFANTRY COMBAT
SOL DAAK60-97-R-9610
DUE 011597
POC Contract Specialist NELDA CASAVANT (508) 233-4029 (Site Code
  DAAK60)
DESC: for the USMC to include the following characteristics:
  weight less than 2.5 lbs per boot including lining; Gore-Tex
  4-ply Bootie with Cambrelle lining; Vibram Kletterlift No 148
  or Sierra Design No 1276 outsole, Part No 148; Polyurethane
  midsole - aproximately 3/4 inch thickness in heel area tapering
  to approximately 3/8 inch thickness in toe area; Re-soleable
  by common commercial cobblers; Full grain black leather and
  RTS Cordura, water resistant breathable uppers (must meet W.L.
  Gore whole boot MVTRstandards and pass Centrifugal Boot Leakage
  Test), welt or stitchdown or DMS construction; Laces - nylon;
  Lacing system - toe up speedlace - closed loop eyelets; Insole
  insert - manufacturers choice, RTS cordura sides; Danner model
  lasts No 516 with wider toe box (Increased box size); Fungicide
  - Those approved in MIL-L-3122 are known to meet the requirements;
  Padded collar - manufacturers choice; leather pull loopon back;
  Shanks - steel or fiberglass; Height 8 1/2" plus or minus 1/2"
  from top of welt to top of boot. These boots if adopted as
  standard will be procured in the full size range to fit the
  5th percentile female to the 95th percentile male Marine. Item
  001 (60 days after contract award) will require delivery of
  2000 pairs of boots in various sizes ranging from men's size
  6 regular to 16 wide. Upon successful completion of Item 0001
  field evaluation, 35,000 pairs of the boots in various sizes
  from men's 6 regular to 16 wide will be procured (120 days
  after notification from Contracting Officer). Four options
  for 50,000 pair each are included. The USMC Infantry ombat
  Boot will be made in strict accordance with the Purchase Description
  which will be included in the solicitation. Technical data
  is also required. Delivery will be to multiple locations as
  specified in the solicitation package. Production Demonstratio
  Models are due thirty (30) days after award of the contract
  and production quantities thirty (30) days after acceptance
  of the Production Demonstration Models. The Government reserves
  the right to consider a small or small disadvantaged business
  set-aside based on the responses hereto. Interested firms must
  submit within 15 days following the publication of this synopsis,
  information on their previous relted experience, personnel
  resumes, list of facilities, and any other specified information
  the firm believes demonstrates it's ability to perform the
  proposed work. Firms responding shall indicate whether or not
  they are a small business concern. For the prposes of this
  requirement, any concern employing 500 or less employees is
  considered a small business.
CITE: (I-337 SN007616)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 84 -- FLANE RESISTANT COVERALL
SOL N68936-97-Q-0475
DUE 121996
POC Shelli Burt, Purchasing Agent, (619) 939-4236 or Susan Rizzardini,
  Contracting Officer, (619) 939-9653.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure on a competitive basis Anti Static Flame
  Resistant Coveralls in various sizes. Quantities, sizes, made
  of Indura brand 100% cotton and specifications will be issued
  with RFQ. This procurement is a small purchase, small business
  set-aside. The SIC for this procurement is 2326, 500 employees.
  All responsible sources may submit an offer which will be considered
  by the agency. Request for Quotation will be issued on or about
  19 Dec 96. All request for quotation shall be in writing to
  Shelli Burt at the above address, or faxed to (619)927-3488.
  Award will be on or about 06 Jan 97. This procurement will
  be awarded under FAR Part 12 procedures, see Notes 1 and 26.
CITE: (I-337 SN007678)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 99 -- ON CALL DEPOT LEVEL ENGINEERING FIELD SUPPORT
  SERVICES
SOL DAAB07-97-R-A253
DUE 011597
POC Victoria Lane, Contract Specialist (908) 532-5538.
DESC: Provide for on-call depot level engineering maintenance
  and repair service and preseason inspections for FY 97 through
  FY00 covering the HD-1185/GSC, HD-1185A/GSC, HD-1186/FSC and
  HD-1186A/FSC Antenna Deicing Set. A non-competitive negotiation
  is proposed with Walton Enteprises, Riverside, CA IAW FAR 6.302-1(b)(1).
  Only One Responsible Source. See Numbered Note 22.
CITE: (I-337 SN007686)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Drug Enforcement Administration, 700 Army Navy Drive,
  Arlington, Virginia 22202
SUBJECT: 99 -- MSA WORKMASK II SELF CONTAINED BREATHING APPARATUS-THE
  DEA INTENDS ON PURCHASING ON A BRAND NAME BASIS NEW MINE SAFETY
  APPLICANCE (MSA) WORKMASK II SELF CONTAINED BREATHING APPARATUS
SOL DEA-97SAP0195
DUE 121396
POC Bobbie Revell, Contracting Officer, (202) 307-7809.
DESC: The DEA intends on purchasing on a brand name basis new
  Mine Safety Appliance (MSA) Workmask II Self Contained Breathing
  Apparatus (SCBA) containing the following basic components:
  Ultravue Face piece with breathing tube; regulator; Audi-Larm,
  Low-Pressure Warning Device; durable nylon harness and carrier
  assembly; and air cylinder. Color: Black Hycar Rubber Model
  Number: BWB5111A211, size small 4 ea.; BWB5111M211, size medium,
  26ea; BWB5111L211, size large, 20 ea. FOB Destination is San
  Diego, CA. A Brand Name Justification has been approved for
  this acquisition. Only authorized MSA dealers need respond.
  Masks must arrive at Destination San Diego, CA no later than
  Jan. 6, 1997.88888
CITE: (I-337 SN007741)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DOT, Fed Hwy Admin, Office Of Acquisition Management,
  400 7th St, SW, Room 4410, Washington, DC 20590
SUBJECT: A - IN-VEHICLE INFORMATION SYSTEMS BEHAVIORAL MODEL
  AND DESIGN SUPPORT
POC Valentine Serafini, Contract Specialist, (202) 366-4231
CNT DTFH61-96-R-00071
AMT $963,537
DTD 091796
TO Virginia Tech, Center for Transportation Research, 1700 Kraft
  Drive, Suite 2000, Blacksburg, VA 24061-0536
CITE: (W-337 SN007535)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DOT, Fed Hwy Admin, Office Of Acquisition Management,
  400 7th St, SW, Room 4410, Washington, DC 20590
SUBJECT: A - DETECTION, ANALYSIS AND TREATMENT OF MATERIALS-RELATED
  DISTRESS IN CONCRETE PAVEMENTS
POC Lise Lyles, Contract Specialist, (202) 366-4229
CNT DTFH61-96-C-00073
AMT $400,913
DTD 091996
TO Michigan Technological University, Research Services, 14000
  Townsend Drive, Houghton, MI 49931-1295
CITE: (W-337 SN007540)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DOT, Fed Hwy Admin, Office Of Acquisition Management,
  400 7th St, SW, Room 4410, Washington, DC 20590
SUBJECT: A - A STUDY ENTITLED "ACCIDENT MODELS FOR INTERSECTIONS"
POC Jeff Thomas, Contract Specialist, (202) 366-4226
CNT DTFH61-96-C-00076
AMT $361,601
DTD 092696
TO Pragmatics, Inc., 8301 Greensboro Drive, Suite 225, McLean,
  VA 22102
CITE: (W-337 SN007541)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE,
  P.O. BOX 9005, CHAMPAIGN IL 61826-9005
SUBJECT: A--A - INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH
  SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES
  PROTECTION AND IMPACT MITIGATION.
POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site
  Code DACA88)
CNT DACA88-97-D-0001 Solicitation Number DACA88-95-R-0
AMT $1,000,000
DTD 111596
TO JOHN CARROLL UNIVERSITY, BELINDA PESTI GRANTS ADMINISTRATOR,
  20700 NORTH PARK BOULEVARD, UNIVERSITY HEIGHTS, OH 44118
CITE: (I-337 SN007639)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE,
  P.O. BOX 9005, CHAMPAIGN IL 61826-9005
SUBJECT: A--A - INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH
  SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES
  PROTECTION AND IMPACT MITIGATION.
POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site
  Code DACA88)
CNT DACA88-97-D-0002 Solicitation Number DACA88-95-R-0
AMT $1,000,000
DTD 111596
TO PACIFIC MERIDIAN RESOURCES, 5915 HOLLIS STREET BLDG B, EMERYVILLE,
  CA 94608
CITE: (I-337 SN007640)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE,
  P.O. BOX 9005, CHAMPAIGN IL 61826-9005
SUBJECT: A--A - INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH
  SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES
  PROTECTION AND IMPACT MITIGATION.
POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site
  Code DACA88)
CNT DACA88-97-D-0003 Solicitation Number DACA88-95-R-0
AMT $1,000,000
DTD 111596
TO DAMES & MOORE, ATTN MR JOSEF UDWARI, 7101 WISCONSIN AVENUE
  SUITE 700, BETHESDA, MD 20814-4870
CITE: (I-337 SN007641)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE,
  P.O. BOX 9005, CHAMPAIGN IL 61826-9005
SUBJECT: A--A - INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH
  SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES
  PROTECTION AND IMPACT MITIGATION.
POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site
  Code DACA88)
CNT DACA88-97-D-0004 Solicitation Number DACA88-95-R-0
AMT $2,000,000
DTD 111596
TO THE BOARD OF TRUSTEES OF THE, UNIVERSITY OF ILLINOIS, 801
  SOUTH WRIGHT STREET/ 109 COBLE HALL, CHAMPAIGN, IL 61820-6242
CITE: (I-337 SN007642)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: A -- ADVANCED TECHNOLOGY DEMONSTRATION FOR A LCMS
POC Linda Long, Contract Specialist, (619) 939-4232 or Doreen
  Paul, Contracting Officer, (619) 939-9665.
CNT N68936-97-C-0060
AMT $8,018,620.00
LINE 0001, 0002
DTD 112796
TO Rockwell Intl Corp - Autonetics & Missile Systems Div 1800
  Satellite Blvd Duluth GA 30155
CITE: (I-337 SN007679)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: A -- TMDE ENGINEERING/PROGRAM MANAGEMENT SUPPORT SERVICES
POC (PCF) Stephen W. Hayes, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7404; Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC,
  (205) 876- 4926.
CNT DAAH01-94-C-S245/P00024
AMT $204,518.96
LINE N/A
DTD 112596
TO U S Small Business Administration, MEVATEC Corporation 1525
  Perimeter Parkway, Huntsville, AL, 35806
CITE: (I-337 SN007730)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS,
  ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440
SUBJECT: C--C-DESIGN OF PALAU COMPACT ROAD, PKG A (WEST ROUTE),
  REPUBLIC OF PALAU
POC Contracting Officer DAVID Y. KAM Ch, Procurement (808) 438-8586
  Contact Kent Tamai (808)438-8593 (Site Code XXCA83)
CNT DACW83-97-C-0002 /DACW83-96-R-0012
AMT $981,909
DTD 111496
TO BELT COLLINS HAWAII, 680 ALA MOANA BLVD FIRST FLOOR, HONOLULU,
  HI 96813
CITE: (I-337 SN007634)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS,
  ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440
SUBJECT: C--C-DESIGN OF PALAU COMPACT ROAD, PKG C (EAST & WEST
  ROUTE), REPUBLIC OF PALAU
POC Contracting Officer DAVID Y. KAM Ch, Procurement (808) 438-8586
  Contact Kent Tamai (808)438-8593 (Site Code XXCA83)
CNT DACW83-97-C-0006 /DACW83-96-R-0012
AMT $1,244,458
DTD 111496
TO PARSONS BRINCKERHOFF QUADE & DOUGLAS INC, PACIFIC TOWER SUITE
  3000, 1001 BISHOP STREET, HONOLULU, HI 96813
CITE: (I-337 SN007635)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DOT, Fed Hwy Admin, Office Of Acquisition Management,
  400 7th St, SW, Room 4410, Washington, DC 20590
SUBJECT: D - HUMAN FACTORS COMPUTER AIDED DESIGN TOOL FOR TRAFFIC
  MANAGEMENT CENTERS
POC Sarah Fahy, Contract Specialist, (202) 366-4106
CNT DTFH61-96-C-00066
AMT $2,473,492
DTD 091896
TO Georgia Tech Research Corporation, Georgia Institute of Technology,
  400 Tenth Street, NW. Atlanta, GA 30332-0420
CITE: (W-337 SN007536)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS DAVID R. RAY (DD-971)
CNT N00024-94-H-8691, J.O. 977M07
AMT $95,025.00
LINE 0001
DTD 112796
TO Walashek Industrial & Marine, 3236 16th Ave, Seattle WA 98134
CITE: (I-337 SN007583)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- BATTLE POINT YTT-10
CNT N00024-92-H-8622, J.O. 977M06
AMT $497,654.00
LINE 0001
DTD 112796
TO Maritime Contractors Inc., 201 Harris Ave., Bellingham, WA
  98225
CITE: (I-337 SN007584)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS INGRAHAM
CNT N00024-94-H-8691, J.O. 977M03
AMT $21,160.00
LINE 0001
DTD 111596
TO Walashek Industrial & Marine, 3236 16th Ave.,S.W., Seattle,
  WA
CITE: (I-337 SN007585)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS CALLAGHAN
CNT N00024-94-H-8690, J.O. 977M02
AMT $3,721.00
LINE 0001
DTD 111596
TO Fraser Incorporated, P.O. Box 80905, Seattle, WA 98108-0905
CITE: (I-337 SN007586)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS DAVID R. RAY
CNT N00024-92-H-8627, J.O. 977M01\
AMT $3,407.00
LINE 0001
DTD 101896
TO Todd Pacific Shipyards, P.O. Box 3806, Seattle, WA  98124
CITE: (I-337 SN007587)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS FORD
CNT N00024-92-H-8622, J.O. 977M04
AMT $18,245.00
LINE 0001
DTD 111596
TO Maritime Contractors, 201 Harris, Bellingham, WA  98225
CITE: (I-337 SN007588)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS PAUL FOSTER
CNT N00024-94-H-8690, J.O. 977M05
AMT $73,447.00
LINE 0001
DTD 111896
TO Fraser Inc., P.O. Box 80905, Seattle, WA  98108
CITE: (I-337 SN007589)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- USS CHANDLER
CNT N00024-96-H-8710, J.O. 967M23
AMT $29,750.00
LINE 0001
DTD 092996
TO Propulsion Controls Engineering, 1705 South 93rd St. F-10,
  Seattle, WA  98108
CITE: (I-337 SN007590)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave, Suite 500, Everett, WA
SUBJECT: J -- MECOSTA
CNT N00024-92-H-8618, J.O. 967M22
AMT $177,199.00
LINE 0001
DTD 092696
TO Foss Shipyard, 660 W. Ewing St., Seattle, WA  98119-1587
CITE: (I-337 SN007591)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Military Sealift Command, Atlantic, Military
  Ocean Terminal, Bayonne, NJ 07002-5399
SUBJECT: J -- UPKEEP
POC Yolanda Lamela, Contract Specialist, 201-823-6671.
CNT Contract No. N62381-97-C-0053 - - 27 Nov 1996 - -
AMT $57,076.00
LINE N/A
DTD 112796
TO Dreadnought Marine, Inc., 3200 E. Princess Anne Road, Norfolk,
  VA 23501
CITE: (I-337 SN007711)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center (90C), 3601 South Sixth Avenue, Tucson,
  AZ 85723
SUBJECT: Q -- DURABLE MEDICAL EQUIPMENT AND HOME OXYGEN
POC Vivian Beasley, Contract Specialist, (520) 629-4600
CNT V678P-3951
AMT $534,751
LINE 29
DTD 120196
TO American Medical Home Care Inc., 2424 E. Grant Road, Tucson,
  AZ 85719
CITE: (I-337 SN007687)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center (90C), 3601 South Sixth Avenue, Tucson,
  AZ 85723
SUBJECT: Q -- HAND THERAPY
POC Vivian Beasley, Contract Specialist, (520) 629-4600
CNT V678P-3640
AMT $126,580
LINE 5
DTD 120196
TO University Medical Center, 1501 North Campbell Avenue, Tucson,
  AZ 85724
CITE: (I-337 SN007688)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003,
  Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350
SUBJECT: R-A/E LANDSCAPE SERVICES
POC Donna Hardy, (301) 504-5073
CNT Contract Numbers 53-3K47-7-003 and 53-3K47-7-004
AMT IDIQ - minimum $1,000; maximum $300,000 base year
LINE N/A
DTD 112096
TO Environmental Planning & Design, 100 Ross Street, Pittsburg,
  PA  15219; and Rhodeside & Harwell, Inc., 320 King St., Suite
  202, Alexandria, VA  22314
CITE: (W-337 SN007610)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: R--INDEFINITE DELIVERY TYPE CONTRACT FOR MISCELLANEOUS
  ENVIRONMENTAL STUDIES FOR MILITARY PROJECTS WITHIN SOUTHERN
  CALIFORNIA, SOUTHERN NEVADA, SOUTHWESTERN UTAH AND ARIZONA
POC James W. Hogan Jr. (213) 452-3244 (Site Code DACW09)
CNT DACA09-96-D-0008
AMT $724,430
DTD 091196
TO LARRY MUNSEY INTERNATIONAL, 17310 REDHILL STE 200, IRVINE,
  CA 92714
CITE: (I-337 SN007626)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. DOE, Western Area Power Administration, P.O. Box
  3402, Golden, CO 80401 ATN:A1500
SUBJECT: R -- SUPPORT SERVICES FOR UGP REGION
POC Robert Dobson, Contract Specialist, (303) 275-1502, Robert
  Dobson, Contracting Officer, (303) 275-1502.
CNT DE-AC65-96WB03561
AMT $2,723,656.00
LINE 001
DTD 112296
TO Rentech Services, Inc., 804 Middle Ground Blvd., Newport News,
  VA 23606
CITE: (I-337 SN007696)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 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 -- INTERNATIONAL PATRIOT SUPPORT FOR NATO MAINTENANCE
  AND SUPPLY AGENCY
POC (PCF) John Caudle, Contract Specialist, AMSMI-AC-CFHA, (205)
  876-8063, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-97-C-0073
AMT $29,726.00
LINE N/A
DTD 112696
TO CAS Incorporated 650 Discovery Drive, Huntsville, AL, 35814
CITE: (I-337 SN007729)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of HUD, Denver ASC, Denver Contracting
  Branch (8AACO), 633 17th Street, Denver, CO 80202-3607
SUBJECT: R -- PROVIDE ADVERTISING SERVICES FOR THE DEPARTMENT
  OF HOUSING AND URBAN DEVELOPMENT (HUD), FRESNO CALIFORNIA OFFICE
POC Ms. Gay Julian, Contract Specialist, (303) 672-5281.
CNT H08C97000900000
AMT $500,000.00
LINE N/A
DTD 112796
TO Staples-Hutchinson and Assoicates 14695 W. Lisbon Rd. Brookfield,
  WI 53005
CITE: (I-337 SN007752)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 9507 MS 19, BOX 339500,
  FORT LEWIS WA 98433-9500
SUBJECT: S--PROVIDE DINING FACILITY ATTENDANTS FOR THE DINING
  FACILITIES AT YAKIMA TRAINING CENTER, YAKIMA, WASHINGTON
POC Contracting Officer R.S. ANDERSON (206) 967-2151 (Site Code
  DAKF57)
CNT DAKF57-97-D-0003
AMT $106,472
DTD 112796
TO D E W MANAGEMENT SERVICES INC, 6812 74TH DRIVE NE, MARYSVILLE,
  WA 98270
CITE: (I-337 SN007620)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration (8PW),PBS, WY/UT Service
  Ctr,P. O. Box 25546 ,Denver,CO 80225-0546
SUBJECT: S-CUSTODIAL & RELATED SERVICES
POC Contact,Tracy L. McGrady,303/236-7230,Contracting Officer,Tracy
  McGrady-Bar nes,303/236-7230
CNT GS-08P-96-JDC-0508
AMT $214317
DTD 110796
TO Trident Maintenance Inc.,75 Essex St.,Hackensack,NJ 07601
CITE: (I-337 SN007646)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Centers for Disease Control and Prevention (PGO), 255
  East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305
SUBJECT: S -- PICK-UP AND TREATMENT/DISPOSAL OF HAZARDOUS CHEMICAL
  WASTE AND RECYCLABLES
POC Johnnie M. Thomas, Contract Specialist, (404) 842-6766
CNT 200-97-0007
AMT $96,494
LINE All
DTD 112796
TO Laidlaw Environmental Services, Inc., 208 Watlington Industrial
  Drive, Reidsville, NC 27320
CITE: (I-337 SN007668)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, EFA Chesapeake, Naval Facilities
  Engineering Command, 901 M Street, SE, Building 212, Washington
  Navy Yard, Washington, DC  20374-5018
SUBJECT: Z -- SELECTIVE DEMOLITION, CENTRAL HEATING PLANT, BUILDING
  2012, MARINE CORPS BASE, QUANTICO, VIRGINIA
CNT N62477-95-C-1074
AMT $938,000.00
DTD 112596
TO W.M. Schlosser Co., Inc; 2400 51st Place; Hyattsville, Maryland
   20781; POC: Andrew Schlosser, phone (301)773-1300
CITE: (I-337 SN007581)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS,
  P.O. BOX 4970, JACKSONVILLE, FL 32232-0019
SUBJECT: Z--MAINTENANCE DREDGING, 33-FOOT PROJECT, PALM BEACH
  HARBOR, FL AND MAINTENANCE DREDGING, 28-AND 30- FT PROJECT,
  FORT PIERCE HARBOR, FL
POC Contracting Officer Claudia H. Hundley (904) 232-1147 (Site
  Code DACW17)
CNT DACW17-97-C-0030
AMT $1,448,480
DTD 112396
TO GULF COAST TRAILING COMPANY, SUITE 130, 100 JAMES DRIVE, ST
  ROSE, LA 70087
CITE: (I-337 SN007618)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration (8PW),PBS, WY/UT Service
  Ctr,P. O. Box 25546 ,Denver,CO 80225-0546
SUBJECT: Z-GUARD SERVIC0.  N/A
POC Contact,Tracy L. McGrady,303/236-7230,Contracting Officer,Tracy
  McGrady-Bar nes,303/236-7230
CNT GS-08P-96-JDC-0507
AMT $929220
DTD 091796
TO Diamond Detective Agency,,1651 South Halsted,Chicago Heights,IL
  60411
CITE: (I-337 SN007647)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration (8PW),PBS, WY/UT Service
  Ctr,P. O. Box 25546 ,Denver,CO 80225-0546
SUBJECT: Z-GUARD SERVICES
POC Contact,Tracy L. McGrady,303/236-7230,Contracting Officer,Tracy
  McGrady-Bar nes,303/236-7230
CNT GS-08P-96-JDC-0509
AMT $241306
DTD 092596
TO K&M International, Inc.,1240 East 800 North,Orem,UT 84057
CITE: (I-337 SN007648)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
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--REROOFING OF BEN'S LAKE HOUSING UNITS, EGLIN AFB,
  FL
POC BERTHA M.BURNS, SPECIALIST, CECILE A. RAMOS, CONTRACTING
  OFFICER, 904-882-5628, EXT 5268
CNT F08651-96-C-0052
AMT $2,234,341
DTD 112796
TO ERCON Corporation, 221 Thruway Park, Broussard, LA 70518
CITE: (W-337 SN007707)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z -- REPAIR/REPLACE AIRFIELD LIGHTING CABLE
POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: K Schneder, 937-257-6571, Fax No
  937-257-3926.
CNT F33601-97-C-W002, F33601-96-B-9016
AMT $730,773.00
LINE N/A
DTD 112096
TO JACO Electric, Inc., 1071 Greensboro Road, Ealonton, GA 31024
CITE: (I-337 SN007713)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB Fl 32542-6862
SUBJECT: Z -- Z-REROOFING OF BEN'S LAKE HOUSING UNITS, EGLIN
  AFB, FL
POC Contact Bertha Burns, Contract Specialist, 904-882-5628,
  Ext 5268, Cecile A. Ramos.
CNT F08651-97-C-0052
AMT $2,234,341.00
LINE N/A
DTD 112796
TO ERCON Corporation, 221 Thruway Park, Broussard, LA 70518
CITE: (I-337 SN007749)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd,
  St. Louis, MO 63120-1798
SUBJECT: 16 -- HOUSING ASSEMBLY, NSN: 1615-01-235-5845, P/N:
  7-311411215-13, QTY: 1760
POC John Heilman, Contract Specialist, AMSAT-A-PLBB, 314-263-0741,
  or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769.
CNT DAAJ09-97-C-0392
AMT $ 10,556,480.00
LINE 0001AA
DTD 092796
TO Fenn Manufacturing Company 300 Fenn Road Newington CT 06111
CITE: (I-337 SN007677)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19 -- USS NICHOLSON (DD-982) SSP 066-97, TAV
CNT Job Order 7030
AMT $82,150.00
LINE 0001, 0002, 0003
DTD 112296
TO Holmes Brothers Enterprises, Inc., P. O. Box 3246, Portsmouth,
  VA 23701
CITE: (I-337 SN007604)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQP), Rock Island , IL
  61299-7630
SUBJECT: 25 -- AMMO BOX
POC Contract Specialist: Vicki Simpson (309) 782-6931, PCO: Dave
  L. Elliott (309) 782-3814
CNT DAAE20-97C0060/DAAE20-96R0208
AMT $132,300
LINE N/A
DTD 112796
TO AC Inc., 1085 Jordan Road, Huntsville, AL 35810-7069
CITE: (I-337 SN007720)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HR6), Rock Island , IL
  61299-7630
SUBJECT: 42 -- CONTROL MODULE, SYSTEM
POC Contract Specialist: Jan Franks (309) 782-5476, POC: Robert
  C. Tedell (309) 782-3811
CNT DAAE20-96C0052
AMT $37,920
LINE N/A
DTD 112796
TO Rodelco Electronics Corp., 111 Haynes Court, Ronkonkoma, NY
  11779
CITE: (I-337 SN007721)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HT1), Rock Island , IL
  61299-7630
SUBJECT: 49 -- RADIATOR TEST STAND
POC POC: Judy R. Pagliaro, (309) 782-5086
CNT DAAE20-97C0047
AMT $116,080
LINE N/A
DTD 112796
TO Hydraulic Technology, Inc., 3833 Cincinnati Avenue, Rocklin,
  CA 95765
CITE: (I-337 SN007722)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-RECEIVER,SONAR      - AND OTHER REPLACEMENT PARTS
POC Contact Point, Richard G Basila, 02131.15, (717)790-3598,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John
  G Labosh, 02131, (717)790-2844
CNT N0010495G02025044, NIIN 144533018
AMT $261,360
DTD 120796
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-337 SN007653)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Centers for Disease Control and Prevention (PGO), 255
  East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305
SUBJECT: 66 -- DECONTAMINATION AND REPLACEMENT OF EQUIPMENT PARTS
POC Lisa Brown, Contract Specialist, (404) 842-6768
CNT 200-97-0015
AMT $331,750
LINE All
DTD 112796
TO ENV Services, Inc., 1016 West Eighth Avenue, King of Prussia,
  PA 19406
CITE: (I-337 SN007717)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- SOLDIER'S PORTABLE ON-SYSTEM REPAIR TOOL (SPORT)
POC Contact Debra Long, Contract Specialist, (205) 876-3037,
  Bob Gibson, Contracting Officer, (205) 876-4153. (PCF).
CNT DAAH01-96-D-0021, Order 0002, solicitation no. DAA
AMT $3,261,976.39
LINE N/A
DTD 112696
TO Miltope Corporation, 500 Richardson Road, Hope Hull, Alabama
CITE: (I-337 SN007731)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NISE East Charleston, Contracts Division, P.O. Box 190022,
  N. Charleston, S.C. 29419-9022
SUBJECT: 66 -- MULTIBEAM SONAR SYSTEM
POC Contact Nancy Gartner, Code 1113NG, (803)743-4720/Contracting
  Officer, Jean C. Duncan.
CNT N65236-97-C-3015/N65236-96-R-0194
AMT $636,205.00
LINE N/A
DTD 112996
TO Simrad, Inc. (L), 19210 33rd Avenue West, Lynnwood, WA 98036-4707
CITE: (I-337 SN007739)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington,
  D.C. 20395-5720
SUBJECT: 70 -- GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT
POC Imy Niemiec, Purchasing Agent, 301-669-4042.
CNT N0001597M2074
AMT $45,500.37
LINE N/A
DTD 120296
TO MicroAge Computermart, 1138 S. Diamond Bar Blvd., Diamond
  Bar, CA 91765
CITE: (I-337 SN007751)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-LCP,2SSDG
POC Contact Point, Charles A Gensemer, 02131.14, (717)790-3853,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John
  G Labosh, 02131, (717)790-2844
CNT N0010495G02015021, Sol Nr N00104-96-Q-JA09, NIIN L
AMT $269,000
DTD 120796
TO Lockheed Martin Tactical Systems , Manassas ,VA 22110-4121
CITE: (I-337 SN007654)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-LCP,1BSSDG
POC Contact Point, Charles A Gensemer, 02131.14, (717)790-3853,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John
  G Labosh, 02131, (717)790-2844
CNT N0010495G02015022, Sol Nr N00104-96-Q-JA08, NIIN L
AMT $269,000
DTD 120796
TO Lockheed Martin Tactical Systems , Manassas ,VA 22110-4121
CITE: (I-337 SN007655)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: SPECIAL NOTICES
SUBJECT: SDB/MBE/WOB OPPORTUNITY FAIR, MONDAY,DECEMBER 16,1996
DESC: Sverdrup is pleased to sponsor (Contacts-to-Contracts)
  a SDB/MBE/WOB Business Opportunity Fair on Monday, December
  16, 1996. Registration 12:30P-1:30P. Contract Information 1:30P-4:30P.
  Business Networking 4:30P-6:30P, at The Galt House Hotel, 140
  North Fourth Street, Louisville, Kentucky. Learn about upcoming
  contract opportunities and how to do business with Sverdrup,
  the Corps of Engineers and the Small Business Administration.
  Reserve space by December 10, 1996 by calling 1-800-325-7910
  extension 4614.
LINKURL: http://www.mno.gov
LINKDESC: 
EMAILADD: mcclodms@sverdrup.com
EMAILDESC: 
CITE: (D-337 SN007575)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: SPECIAL NOTICES
OFFADD: Federal Aviation Administration, 800 Independence Avenue,
  S.W., Washington, D.C. 20591
SUBJECT: SPECIAL NOTICE
DESC: As of April 1, 1996, for the most part, FAA procurements
  over $50,000 will be publicly announced on the Internet.  Internet
  will be the primary avenue for FAA to use.  Other selected
  means of announcement may also be considered.  Publication
  in the CBD will be considered but is no longer mandatory. 
  This is pursuant to Section 348 of the FY 1996 Department of
  Transportation Appropriations Act (Public Law 104-50), requiring
  the FAA to develop an Acquisition Management System (AMS) that
  provides for more timely and cost-effective acquisitions. The
  requirement for advertising does not apply to emergency single
  source actions, purchases from any established Qualified List
  (QVL), exercise of options or changes.  For actions under $50,000
  a public announcement is optional.  For announcements of contract
  opportunities for FAA Headquarters, and certain related FAA
  contracting activities, visit the home page of FAA Headquarters,
  Office of Acquisitions, Contracts Division, at http://www.faa.gov/asu/cd/cdhome.htm.
LINKURL: http://www.faa.gov/asu/cd/cdhome.htm.
LINKDESC: 
CITE: (I-337 SN007576)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 4, 1996]

PART: SPECIAL NOTICES
SUBJECT: SPECIAL NOTICE
DESC: Engineering Field Activity (EFA) Chesapeake will no longer
  provide automatic mailing of solicitations to local trade associations,
  display/plan rooms, or any communication media.  All advance
  notices and announcements will continue to be published in
  the Commerce Business Daily.  Trade associations and display/plan
  rooms must request plans and specifications following the directions
  for the individual solicitation, including payment if there
  is a charge for the solicitation.  Those solicitations where
  there is no charge, individual plans and specifications may
  be requested, but will be issued on a first-come first-serve
  basis.  Questions may be addressed to Steven Moody at the above
  address, (202) 685-3221, or smoody@efaches.navfac.navy.mil.
EMAIL smoody@efaches.navfac.navy.mil
EMAILDESC: 
CITE: (W-337 SN007608)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A -- ATCOM COMPETITION ADVOCATE'S SHOPPING LIST (CASL)
  WORKSHOP AND PARTS SYMPOSIUM
DESC: The U.S. Army Aviation and Troop Command (ATCOM) invites
  your organization to attend its Competition Advocate's Shopping
  List (CASL) Workshop and Parts Symposium in St. Louis, Missouri
  on Tuesday and Wednesday, January 28 and 29, 1997, at the Stouffer
  Renaissance Hotel. There will be an opportunity to obtain details
  relative to ATCOM's CASL Program. Firtst Article Testing, Flight
  Safety Parts, Maintenance/Overhaul, Acquisition Reform, Technical
  Data Repository, Small and Disadvantaged Business Utilization
  Office, Spare Technical Data Packages, and other subjects of
  pertinent interest and value to contractors interested in becoming
  new sources of supply for ATCOM, or pursuing additional business
  opportunities with ATCOM. It is noted that the annual Joseph
  P. Cribbins product Support Symposium, sponsored by the Lindbergh
  Chapter of the Army Aviation Association Of America (AAAA),
  will immediately follow the CASL symposium and Workshop on
  30-31 January 1997 at the Stouffer Renaissance Hotel. For information
  relative to the AAAA Symposium, which is a Level 1 Advance
  Planning Briefing to Industry (APBI), Contact Nancy Vermillion
  (Industry) at (314) 427-6707, Fax (314) 427-2501 or Susan Barnes
  (Government) at (314) 263-5311, Fax (314) 263-5315.
CITE: (I-337 SN007676)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 4, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A -- RHESUS MONKEY COLONY
DESC: The Food and Drug Administration intends to offer for 'sale'
  a colony of Rhesus monkeys (Macaca mulatta). The approximate
  size of the colony is 4,500 animals. Currently the colony is
  maintained in a free ranging environment located on Morgan
  Island, South Carolina. It is the intent of the Government
  to request bids for the 'sale' of the entire colony. The Government
  will select the offeror who has submitted the highest priced
  bid, and whose bid meets all related technical factors. Once
  the successful bidder has been selected, discussion to transfer
  the colony will be based on an in kind transfer of monkeys
  to the Government. The payment will consist of transferring
  a 'to be negotiated' number of monkeys over a period of time.
  Full payment will be considered complete when the worth of
  the monkeys transferred to the Government equals the total
  worth of the original bid. A package explaining the transfer
  process as well as more specific information on the colony
  will be available on or about 12/20/96. Written or faxed requests
  for the package should be submitted to the address above.
CITE: (I-337 SN007692)