[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Department of Education, Grants and Contracts Services, 7th & D Streets, SW, Room 3633, ROB Washington, D.C. 20202-4337 SUBJECT: A--1997 SMALL BUSINESS INNOVATION RESEARCH PROGRAM, PHASE I SOL RFP-97-025 DUE 011397 POC Jennifer Feld, 202-708-7405. DESC: A- The U.S. Department of Education invites small business firms to submit Phase I research proposals under this program solicitation titled Small Business Innovation Research (SBIR). A small business is one that, at the time of award, (1) is independently owned and operated, is not dominant in the field of operation in which it is proposing, and has its principal place of business located in the United States; (2) is at least 51 percent owned by a United States citizen or lawfully admitted permanent resident alien, (3) Has, including its affiliates, a number or employees not exceeding 500, and meets the other regulatory requirements found in 13 CFR part 121. The SBIR Program enables small businesses to perform research and development through a three-phase process. Phase I is to determine the technical merit and feasibility of ideas submitted under the SBIR Program. The eighteen technical topics for which proposals will be considered are as follows: (1) Development or Adaptation of Assistive Devices, Mechanisms, Technologies, or Techniques for Individuals with Disabilities, (2) Development or Adaptation of Devices, Mechanisms, or Techniques for Individuals with Hearing Disabilities, (3) Innovative Technologies to Enhance Self-Determination, Job Development, Job Modification, Job Opportunities, or Transition from School to Work for Individuals with Disabilities, (4) Innovative Technological Circumventions to Neutralize Existing or Emerging Barriers to the Education or Vocational Rehabilitation of Individuals with Disabilities, (5) Combining New Technologies to Expand Placement Opportunities for Vocational Rehabilitation Clients, and School-to-Work Options for Youth with Disabilities, (6) Technological Solutions to Maintaining the Communication Skills of Individuals with Severe Late Onset Deafness, (7) Development or Adaptation of Telecommunications, Electronics Networks, Multimedia, or Management Information Systems and Software to Meet the Needs of Individuals with Disabilities, Their Families, and Professionals in Rehabilitation and Special Education, (8) Development or Adaptation of Assistive Devices, Mechanisms, or Technologies for Use by Allied Health Professionals and Individuals With Disabilities to Address Rehabilitation Needs Arising from Decreased Length of Inpatient Care and Increased Rehabilitation Techniques in Home Settings, (9) Development or Adaptation of Innovative Technologies to Enhance Learning and Development for Individuals with Disabilities of All Ages, (10) Development or Adaptation or Technologies to Foster the Inclusion and Facilitate the Successful Integration of Individuals with Disabilities into Regular School, Social, and Work Environments, (11) Development or Adaptation of Devices or Technologies to Assist Children, Youth, and Adults with Disabilities in the Arts, Recreation, or Leisure-Time Activities, (12) Development or Adaptation of Innovation Technologies to Enhance Learning and Development of Students Placed at Risk of Educational Failure, (13) Development or Adaptation of Innovation Technologies to Foster Early Childhood Development and Education (14) Development or Adaptation of Innovative Technologies to Enhance Student Achievement, Curriculum, and Assessment, (15) Development or Adaptation of Innovative Technologies to Assist Individuals and Institutions concerned with Educational Governance, Finance, Policymaking, and Management, (16) Development or Adaptation of Innovative Technologies to Improve Postsecondary Education, Libraries, and Lifelong Learning, (17) Development of CD ROM Interactive Software Exercises for Spoken Arabic or Korean Language Maintenance at the Intermediate and Advanced-high Levels. Exercise must be posted on the World-Wide Web, and (18) Development of CD ROM Software for Adult Learners in Mathematics Instruction for Adults at the Grade Equivalent Levels of (a) 1 t0 5 and (b) 6 to 8. RFP 97-025 will be issued on or about January 13, 1997. It is anticipated that the closing date for receipt will be on March 17, 1997. Telephone requests should be placed by calling (202) 708-6498. The Request of Proposals can also be found on the Internet on or about the RFP issue date at : http://gcs.ed.gov or gopher://gcs.ed.gov. Written requests should be sent to the address given above. Copies may be picked up after the date of release. Because of tightened security, offerors can not enter our building on their own. To pick up a copy of the RFP or to drop off proposals, offerors shall go to the D Street exit and have the guard call the Application Control Center (ACC) at 708-8493 and ask to sign the offerors in, in order to deliver the proposals to ACC. The proposals will be stamped with the time and date of arrival once it arrives in ACC. CITE: (I-361 SN015577) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: US ARMY ARDEC, TACOM, AMSTA-AR-PCW-B, BLDG. 10, PICATINNY ARSENAL NJ 07806 SUBJECT: B--CLIMATE CHANGE FUEL CELL PROGRAM SOL 066&&&-9612-0012 POC Christine Bernosky email=cbernos, Contract Specialist, 201-724-2754, Paul Milenkowic, Contracting Officer,201-724-5391 (Site Code W15BW9) DESC: The U.S. Army ARDEC is planning a cost sharing program in the form of multiple grants in support of the Climate Change Fuel Cell Program. This program involves using fuel cells in power plants to reduce greenhouse gas emissions through the efficien ue of fossil fuels. In an effort to reduce pollutants to the environment, stimulate commercialization of stationary fuel cell power plants, and utilize fuel cells in unique mission needs for DOD, Congress has established a grant program to support fue cell emonstration projects. The Climate Change Fuel Cell Program consists of installing, operating, and demonstrating a fuel cell. Applicants can utilize DOD or non-DOD sites; however, DOD installations must partner with a private entity. Priority w ll be given to those applicants who use a DOD installation. Foreign participation is limited to those entities which will provide power to a DOD facility within their nationalborders. The applicant cannot be a developer of fuel cell technology or a fu l cell manufacturer, and the applicant's chosen fuel cell power plant(s) must be manufactured in the U.S. Applicants who have existing, installed fuel cells at the site or who hav placed an order for one prior to 26 September 1994 are ineligible. The pplicant must identify the intended use of each power plant. Power plants purchased as factory packaged shall be full power tested prior to installation. An applicant shall identify the site (specific name of DOD installation, hospital, university, etc tera) and the intended use at the time of proposal submission. Prior to installation, te specific location at the site must be identified. The applicant may transfer the power plant to a third party for installation and operation. Prior to installati n, the applicant shall be responsible for supplying local National Environmental Policy Act-elated (NEPA-related) information to DOD and for assuring that its power plant(s) is (are) installed and operated in accordance with all regulatory requirements. Applicants must use a fuel cell manufacturer who has at least 2 megawatts (MW)/year manufacturing capability to support the project. Projects must be greater than 100 kilowatts (kW) and are anticipated to be below 400kW. The period of performnce is t ree years at which time the project shall operate at a rated power. The applicant shall provide a project schedule with each proposal. Applicants will be required to submit a summary report of the power plant installation and operational history uon s ccessful completion of one year of power plant operation. The report will be consistent with the format provided. The federal contribution will be $1,000/kW and shall not exceed 1/3 of the total cost of the program, including unit cost, installation, an pre-commercial operation. If partnering with a DOD installation, the remainder of the costs shall be borne by the private partner and payment of te grant will be made to the private entity. There may be multiple grants to each applicant , although th Government reserves the right to limit the number of plants to an applicant to provide for customer and functional diversity. Payment of 80% of the grat shall be made upon demonstrating that the unit operates at the unit's maximum power capacity for 8 hours for the purpose identified in the project proposal. The remaining payment of 20% of the grant shall be issued upon submission of the final demonstration report. The proposal period for the Climate Control Fuel Cell Program grant ends 1 May 1997. his Broad Agency Announcement is available from the World WideWeb Electronic Commerce Home Page called the Procurement Network (ProcNet) available at the following Web address: "http://procnet.pica.army.mil/"". CITE: (I-361 SN015533) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763 SUBJECT: C--A/E INDEFINITE DELIVERY CONTRACT SOL DAHA38-97-R-0003 DUE 021297 POC MSG Julian Watson, (803) 748-1537, Contracting Officer. DESC: A/E indefinite delivery contract for design of various projects at McEntire ANG Station located approx. 12 miles east of Columbia, SC. Services will be required for the preparation of plans, specs, and cost estimates for various mechanical, electrical, paving and structural projects which may include but not be limited to rehab of buildings, replacement of HVAC systems, repairs to pavements, asbestos removal, new construction, etc. Work will consist of Type A (Investigative), Type B (Design) and Type C (Inspection and Testing) services for various projects. Total amount of all work will not exceed $1,500,000. Each work order will not exceed $300,000. Work orders may be issued for one calendar year after award and may at the Government's option be extended one additional calendar year. The Government intended to award one firm fixed price contract to one A/E firm for the services required. Selection criteria, in order of precedence, are: (1) Professional qualifications necessary for satisfactory performance (2) Specialized experience and technical competence in the types of work required (3) Capacity to accomplish the work in the required time (4) Past performance on contracts with government agencies and private industry (5) Location (6) Volume of DOD work. Standard Form 254, Architect-Engineer and Related Services Questionnaire and Standard Form 255, Architect-Engineer Related Services for Specific Project, will be required from firms requesting consideration for selection. Firms having a current SF 254 on file with the below listed office may respond with an SF 255 and a letter stating that an SF 254 is on file. All other firms must express interest by submitting both the SF 254 and SF 255. Interested firms with more than one office will indicate in which office work will be performed. Firms should ensure that the volume of fees for DOD work performed in the past 12 months is accurately reflected. Submit SF 254 and SF 255 to Base Contracting Officer, 169 LGC, 135 South Carolina Road, McEntire ANG Station, Eastover, SC 29044-5004. SF 254 and SF 255 must be received by close of business 12 February 1997. This is not an RFP. CITE: (M-361 SN015516) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896 SUBJECT: C--IDT CONTRACT FOR PLANNING, ENGINEERING AND ENVIRONMENTAL (NEPA) PROGRAMS WITHIN THE KANSAS CITY DISTRICT SOL EPXXXX-6324-0101 POC Contract Specialist Georgann Butler (816) 426-5542 (Site Code DACW41) DESC: CORRECTION: Reference original publication of solicitation previously published in CBD Issue 20 December 1996. Original publication is modified to change the date of submitting SF 255 at the close of business on 21 January 1997. All other informationreflected in the 20 December 1996 CBD CITE: (I-361 SN015538) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Officer, F.E.M.A. Region 10, 130--228TH ST SW, Bothell, WA 98021 SUBJECT: C--A&E SERVICES FOR THE FEDERAL REGIONAL CENTER, BOTHELL, WA SOL EMS-97-IB-0001 DUE 013197 POC William D. Webb, (206) 487-4769. DESC: This contract is for design services on a task order basis for the Federal Regional Center in Bothell, WA. This will cover the remainder of Fiscal Year 1997 with two option years. Interested firms should request a Synopsis of Work and Evaluation Criteria from the Contracting Officer on their company letterhead. Standard form 255 and 254 are required and will be accepted through 31 January 1997. This is a 100% Small Business Set-Aside. CITE: (M-361 SN015546) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 SUBJECT: C--ARCHITECT-ENGINEER (A-E) SERVICES, MISCELLANEOUS ENVIRONMENTAL DESIGN SERVICES, MALMSTROM AFB, MT SOL F24604 97 R0002 POC Jan Wenaas, Contract Administrator, (406) 731-4007 or Mr. Russell A. Bryan, Contracting Officer, (406) 731-4008. DESC: Description of Project: Architect Engineer services are required for the design of miscellaneous environmental compliance projects and supporting services at Malmstrom AFB, Montana. An open end contract will be issued for a period of one (1) year with the possibility of (4) four, one year option periods. Projects will be issued to the A-E firm by delivery orders. Individual delivery orders will not exceed $299,000 (NTE $495,000 per year) and the cumulative total for the base year and all option years shall not exceed $2.475 million. Delivery orders will be issued as the need arises during the course of the contract period. Design services may include preparation of construction documents; including preliminary investigation, surveys, engineering and evaluation, plans, specifications and cost estimates for remediation efforts. Investigative services such as site and/or building investigation, inspections and testing, preparation of studies and reports, site characterization, remedial design and risk assessment or other preliminary documentation as needed and related to project design may be included. As part of the Engineering Services, there is the possibility of encountering asbestos, lead and other hazardous waste. Projects may include various combinations of disciplines. A minimum of $15,000 in fee work will be issued under this contract. A firm fixed price A-E contract (indefinite delivery) will be used. Significant selection criteria, in relative order of importance include: (1) Experience. Specialized experience and personnel qualifications are required to design in support of environmental compliance projects. This may include, but is not limited to knowledge of current EPA rules and regulations, surveying, site investigation, sampling, testing, identification, remedial design and removal of various substances and conditions such as asbestos, PCB's, ethylene glycol and other toxic contamination, and hazardous substances/wastes in soil, water and air. (2) Excellence of work. Past experience of any firm with respect to performance on DOD contracts or other contracts of similar type work shall be considered. (3) Capability. Firm has adequate qualified personnel to cover all applicable disciplines or has adequate qualified affiliates and associates to accomplish the proposed work. (4) Location. Firm has primary design staff within eight (8) hours driving time of Malmstrom AFB, Mt. (5) Prior DOD Awards. Past experience with respect to performance of work on DOD contracts, including volume of DOD work shall be considered. (6) Disadvantaged Small Business Firms. Socially and economically disadvantaged firms will be rated higher than those not economically or socially disadvantaged. (7) Dollar Value of Prior DOD Awards. Firms that have lower dollar values of DOD awards during the past three years will be given a higher rating than those having higher dollar value awards. (8) Availability. A declaration of availability shall be provided by the firm to accept work when desired by the Government and the capacity to accomplish work in the required time as dictated by State and Federal Regulatory Agencies. (9) Recycle and Energy. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Architect Engineer firms that meet the requirements described in this announcement are invited to submit a completed SF 254 and SF 255, U.S. Government Architect Engineer Qualifications, to the office identified in this announcement. Firms responding by the close of business on 23 January 1997 will be considered. No other general notification to firms under consideration will be made and no further action is required. This is not a request for proposal. The proposed acquisition listed herein is open to both large and small business concerns. Standard Industrial Classification Code (SIC) 8711 applies. See Note 24. CITE: (M-361 SN015503) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DFAS-Cleveland Code MC, 1240 E. 9th St., Cleveland, OH 44199-2055 SUBJECT: D--DATA ENTRY SERVICES, NONPERSPONAL SERVICES TO ENTER DATA FROM SOURCE DOCUMENTS SOL HQ0103-97-Q-0403 DUE 011097 POC POC: Frank Troha (216) 522-6600/Bob Ludvik (216) 522-6845 DESC: The response date has been extended to January 10, 1997, 5:00 p.m. EST. Refer to CBD posting of November 26, 1996 for additional details. CITE: (W-361 SN015471) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38lS/LGCW, 4009 Hilltop Rd Ste 109, Tinker AFB OK 73145-2713 SUBJECT: D--REGULATED- PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERVICE FOR SWANTON, OH. SOL N/A POC Contact Point Lily Block , 38 LS/LGCX, (405) 734-9297, Contract Specialist or Contracting Officer Cynthia J. Obermeyer, (405) 734-9759 DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for Swanton OH. The intended contractor is AMERITECH, shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area. (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be Swanton OH. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). AMERITECH is the only local exchange carrier (LEC) who has the approval of the Ohio Public Service Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-91-H-0016. Note 22. CITE: (W-361 SN015480) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: National Institute of Standards & Technology, Acquisition and Assistance Division, Building 301, Room B117, Gaithersburg, MD 20899 SUBJECT: D--G-7 INFORMATION SOCIETY SME PROJECT SOL 52SBNB7C1058 POC Patrick Staines, (301) 975-6335/C.O. Sandra Febach DESC: The National Institute of Standards & Technology (NIST) has been designated by the G-7 as coordinator of theme 10, sub-theme 3, "testbeds for electronic data interchange/electronic commerce." NIST intends to purchase services as "Head of Delegation" of the G-7 Information Society Small and Medium-sized Enterprises (SME) Project. The project has electronic interchange of global information projects of importance to NIST/Information Technology Labratory. The project is driven by the explicit needs of SMEs, and builds on existing activities and organizations to the extent that this is possible. It supports initiatives aimed at filling the SME information gap, promotes the use of electronic information networks by SMEs, and encourages the private sector to develop and demonstrate interoperable electronic collaborative working marketing a trade that will rapidly and significantly increase efficiency and global trade. NIST intends to purchase these services on a sole source basis in accordance with FAR 6.302-1 from Mr. James A. Johnson, Rockville MD. Required services include: Monitor, manage, and lead the G-7 Electronic Commerce SME work for the United States; ensure progression of registration of SME Electronic Commerce testbeds/pilot projects; review all G-7 testbeds/pilot project submissions and thus ensure accuracy and validity; coordinate with the Contracting Officer's Technical Representative (COTR) to ensure adequate management of SME Electronic Commerce Registration; provide preliminary planning and support in preparation for U.S. representation and participation at the G-7 Electronic Commerce working group and the summit on Electronic Commerce to be held in Bonn, Germany, in April 1997; answer public inquiries on the SME Electronic Commerce Theme 10, sub-theme 3. Period of performance is date-of-award through October 31, 1997. Option period covers the period of November 1, 1997 through July 31, 1998. This notice of intent is not a request for competitive proposals. Responses received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall contain sufficient documentation to establish a bonafide capability to fullfill the requirements. 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. A solicitation is not available. See Numbered Note 22. CITE: (I-361 SN015587) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713 SUBJECT: D--LOCAL EXCHANGE SERVICES FOR (333 RCS/RSS) USAF RECRUITING STATIONS IN STATE OF FLORIDA: ALTAMONTE SPRINGS, LEESBURG, NAPLES, PORT CHARLOTTE, FT MYERS, AND PUNTA GORDA SOL N/A DUE 012897 POC Hope Foreman, Contract Specialist, 38 LS/LGCX, 405 734-9297 DESC: This is a sources sought market survey synopsis for vendors certified by the Florida Public Utility Commission to provide local telephone exchange services. The primary service requirement is local access and extended service area (ESA) for commercial business lines, transport channel services, and related functions at the USAF Recruiting Stations stated above. These exchange services do not include residential or business services for non-government entities co-located with the USAF Recruiting Station. These USAF Recruiting Station are presently serviced by exchange (352) 728, (941) 793, 625, 278, and (407) 682, provided by United Telephone CO. The current quantity of business lines serving these Recruiting Offices are 12. Local exchange services are required to enable Government users to access the following: local and intra-LATA exchange areas, and interconnection with inter-LATA exchange carriers. The local exchange service shall include business centrex software and features, such as DTMF dialing, call forwarding, caller ID and/or voice mail. The vendor shall provide number portability for the current directory numbers. Requirements for new directory numbers shall be within the existing NXX until exhausted. Access to the local exchange shall include Emergency 911 services and functions. The vendor shall provide access to directory number information, e.g. NPA-555-1212 and/or 411. The vendor shall provide access to operator services for subscriber line verification or barge-in, extend to long distance providers, and assistance with other exchange access functions. Demarcation of commercial business lines shall be at the recruiting office and shall include the end instrument. If ISDN BRI are installed, the U-Loop shall be extendible into the Recruiting Office to install NT1 interfaces. The vendor shall provide and arrange billing in monthly increments itemized by directory number. Billing shall be provided in paper format. Firms interested in providing local exchange services for these USAF Recruiting Stations are requested to provide a summary of technical and financial information concerning their certifications (by type i.e., facility or non-facility based by service area, applicable tariffs, capabilities, experience (current services or contracts to include points of contact), hardware assets and access to switched services and corporate background in the telecommunications industry. Offerors must provide specific information as to how the services listed in this synopsis would or could be satisfied. Only firms submitting acceptable technical and financial statements or resumes will be solicited or considered for competitive proposals or evaluation and selection under multiple tariffed services. Responses should be limited to approximately 25 pages or less. All replies should be forwarded to the contracting officer. Sources Sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx under the Specialized Contracting Section, CSA Branch. All questions and replies should be forwarded to the contracting officer 38LS/LGCX, Attn: Ms. Cynthia J. Obermeyer, 4022 Hilltop Road, Ste 204, Tinker AFB, OK 73145-2713, Ph 405-734-9297 (Fax 405-734-9537) or e-mail Cindy.Obermeyer@mailgate.eiw38.af.mil. Responses to the synopsis are due by 28 Jan 97 CITE: (W-361 SN015475) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: F--LABORATORY ANALYSIS OF HTRW SAMPLES, RAPID TURNAROUND SOL DACW43-97-R-0703 DUE 022897 POC Contract Specialist, JO ANN C. MORITZ, (314) 331-8507; Contracting Officer, JOAN F. SCHICK, (314) 331-8505 (Site Code DACW43) DESC: Indefinite delivery contract for professional technical laboratory services to include performance of hazardous, toxic and radioactive analyses on Government-collected samples. Samples shall be picked up by contractor personnel at the St. Louis Distrct Service Base, St. Louis, Missouri, properly packed, and transported to the contractor's laboratory. All laboratory analysis shall be performed with turnaround times of either 30 hours or five days. The significant evaluation factors include expertise, eperience, geographic proximity, and past performance. The contract will be for a period of one (1) year with an option to renew for four (4) additional one (1) year periods. Contract value not to exceed $2,000,000.00 per contract year with a maximum delivery order amount of $250,000.00. The guaranteed minimum amount is $40,000.00 during the base year and $20,000.00 for each option year. Solicitation expected to b available January 29, 1997. Written requests are appreciated and may be sent via facsimile to the attention of the Contract Specialist at FAX number 314-331-8746. All responsible sources may submit an offer which will be considered by the agency. CITE: (I-361 SN015537) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services--Potential Sources Sought OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration, 1325 East West Highway - Station 4301, Silver Spring, Maryland 20910-3283 SUBJECT: F--FISHERIES RESOURCE MANAGEMENT SERVICES SOL 6-421601 POC Sandy Souders, Lawrence Frazier (301) 713-0854 DESC: The U.S. Dept. of Commerce/NOAA/NMFS intends to negotiate on a sole source basis with Pacific States Marine Fisheries Commissionat 45 S.E. 82nd Ave,, Ste. 100, Gladstone OR. for modification of Pacific States Marine Fisheries Commission's existing purchase order for continued facilitation and production of a national Bycatch Plan for the National Marine Fisheries Service thus ensuring that the Bycatch Plan integrates the regional perspectives into a national plan that will provide a Bycatch Plan that is complete and balanced in its approach to national and regional bycatch research and management issues. No solicitation document exists, therefore a request for such document will not be considered. Award will be made under Simplified Acquisition Procedures. (Reference No. 6-421601) CITE: (I-360 SN015447) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: G--OPERATION OF GOVERNMENT OWNED FITNESS CENTER SOL SP3200-97-Q-0023 DUE 012497 POC Patty Smith, Purchasing Agent, 209-982-2407 or Regina Cox, Contracting Officer, 209-982-2404. DESC: Contractor to provide all labor, personnel and supervision required to operate Government Owned Fitness Center located at Defense Distribution Region West (DDRW) - Tracy Facility, Warehouse 18 (Bubble), Chrisman Road, Tracy California, in accordance with statement of work provided. Standard Industrial Code is 7991, size standard $5.0 million. All responsible offers will be considered. Only written requests will be accepted and may be faxed to 209-982-2450 or mailed to the contracting office. CITE: (W-361 SN015527) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: J--PMI'S, CALIBRATIONS, ON-CALL REMEDIAL MAINT ON X-RAY EQUIPM. SOL F4163697R0020 DUE 012897 POC Susan J Edwards, (210) 671-1752 DESC: Nonpersonal Services for Preventative Maintenance Inspections, Calibrations, On Call Remedial Maintnenace, As needed parts, As needed Glassware, and Service for government owned X-ray Equipment. Manufacturers are as follows: Acuson, Inc., Hewlett Packard Company, Advanced Technology Labs, Dornier Medical, Phillips Medical Systems, Agfa/Matrix Division, Adac Laboratories, Picker International, Packard Instruments, General Electric, ICN Micromedical, Pharmacia Fine Ch, Fisher Imaging, and Minnesota Mining. Place of Performance is 59th Medical Wing (Wilford Hall Medical Center), Lackland Air Force Base, Texas. Period of performance is 1 October 1997 through 30 September 1998 with four one year options. A firm fixed price contract is contemplated. Only written requests for solicitation will be accepted. Requests may be faxed to (210) 671-3360 or (210) 671-5064. EMAILADD: Susan Edwards@cons@lak-aetc EMAILDESC: CITE: (W-361 SN015483) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 38lS/LGCVO, 4022 Hilltop Rd Ste 112, Tinker AFB OK 73145-2713 SUBJECT: J--MAINTENANCE, OPERATION, AND RECURRING SUPPORT SERVICES OF BASE TELECOMMUNICATIONS SYSTEMS AT NIAGARA FALLS AFS NY SOL F34608-97-R-0016 DUE 040497 POC Sherry Herbel (405) 734-9399 or Contracting Officer: Hugh P. Young (405) 734-9399 DESC: This modification is to correct the office address in the original synopsis published on December 20, 1996 from Materials Systems Contracting Division at Wright Patterson AFB OH 45433-5006 to 38 LS/LGCVO, 4022 Hilltop Rd, Tinker AFB, OK 73145-2713 CITE: (W-361 SN015580) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Supply Directorate, Contracting Department, Supply MCAS, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: K--MODIFICATION OF TEST STANDS FIVE AND SIX OF THE AUTOMATED HYDRAULIC TEST SYSTEM SOL N00146-97-R-0002 POC Willie Humphrey, Contract Specialist (SUL 1D), (919) 466-2895, FAX (919) 466-3571, Paula Robinson, Contracting Officer, (919) 466-2846. DESC: The Naval Aviation Depot, Marine Corps Air Station, Cherry Point, NC has submitted a requirement for modification of Test Stands Five and Six in the Automated Hydraulic Test System located in Building 133 of the Naval Aviation Depot, to accommodate testing servo controlled hydraulic pumps. Requirement shall be completed 120 days after contract award. Provide Cage Code and CEC with request. Faxed requests for solicitation packages are desired. Sole source award is anticipated, however, all responsible sources may submit an offer which shall be considered. Tentative closing date for solicitation is 97 FEB 03. See numbered Note 22. CITE: (M-361 SN015501) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Morale, Welfare & Recreation Department, Naval Support Activity Memphis, P.O. Box 54278, BLDG N27, Millington, TN 38054-0278 SUBJECT: M--OPERATION AND MAINTENANCE OF GOVERNMENT OWNED FACILITY; TO RENOVATE EXISTING MOVIE THEATRE BUILDING WITH ADDITIONAL CONSTRUCTION AS REQUIRED, TO CONVERT A TWO THEATRE BUILDING INTO A MULTIPLEX THEATRE THAT WILL BE OPEN TO THE PUBLIC. THE CONTRACT WILL BE LET FOR TEN YEARS WITH TWO ADDITIONAL FIV SOL RFP-97-0001 DUE 060197 POC Mark Hasara, (901) 873-5163 Ext 133/Contracting Officer. DESC: This Request for Proposal (RFP)/Solicitation will be made available upon request to all offerors that respond no later than 1:00 P.M. local time 10 February 1997. This RFP is for a Multiplex Theatre Operation that will be open to the public. These services include the renovation, construction as required, to convert a two movie theatre building into a multiple theatre operation with restaurant and game rooms in accordance with the terms and provisions of the RFP. Offerors will be required to attend an on site visit and prepro-posal conference at 10:00 A.M. 13 February 1997. All proposals must be mailed to the following address and received by the Contracting Officer no later than 5:00 P.M. 30 May 1997: NAVAL SUPPORT ACTIVITY MEMPHIS; MORALE, WELFARE, AND RECREATION DEPARTMENT; P.O. BOX 54278 BLDG N-27; MILLINGTON, TN. 38054-0278; ATTN: MARK A. HASARA, CONTRACTING OFFICER; TELEPHONE: (901) 873-5163 EXT 133; MWR DEPARTMENT, NSA MEMPHIS IS AN EQUAL OPPORTUNITY EMPLOYER. CITE: (M-361 SN015585) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Department of Veteans Affairs Palo Alto Health Care Syestem, Palo Alto, CA 94304 SUBJECT: N--INSTALLATION OF DEIONIZATION (DI) WATER SYSTEM SOL 640-49-97 DUE 021497 POC Angie Aying DESC: Provide all materials, labor, tools, equipment, supervision, transportation and travel to install a complete Deionization Water System. Also to provide training on complete operation and maintenance of system. This is an 8(a) set-aside. Only written or faxed (415/852-3443) requests for solicitation will be accepted. Issue date is 1/13/97. CITE: (I-361 SN015567) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Department of Veteans Affairs Palo Alto Health Care Syestem, Palo Alto, CA 94304 SUBJECT: N--INSTALLATION OF DEIONIZATION (DI) WATER SYSTEM SOL 640-49-97 POC Angie Aying DESC: Solicitation number 640-49-97 is cancelled. CITE: (I-361 SN015571) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: P--SALVAGE SERVICES SOL N00604-97-R-1001 DUE 021397 POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist, Robert S. Kay, Contracting Officer DESC: Services required for comprehensive reduction and disposal of radioactive waste. Services to include processing of radioactive waste by super compaction, incineration or by recycling radioactively contaminated metals by foundry melting to maximize volume reduction and minimize disposal cost for Pearl Harbor Naval Shipyard; DLA exclusion per DOD supplement 208.7003-2(g)(1). Must possess a Nuclear Regulatory Commission or agreement state license for possession, storage, processing and disposal of radioactive material, including provision for transportation of material in compliance with Federal, State and Local requirements. Resulting contract will be a Requirement type contract; various shipments to contractor site. Period of performance effective upon date of award, and the ordering period shall continue in effect during the period ending 12 months after date of contract unless terminated in accordance with other provisions. Base period with one option year. The government intends to include clause FAR 52.217-8, Option to Extend Service, in the solicitation. Note 26 applies. No telephone requests for the solicitation package will be accepted. All responsible sources may submit a proposal which shall be considered by the agency. Requests may be made by writing the contracting office above or sending a facsimile request to (808) 471-5750. Requester to provide name, address, telephone, and fax number. CITE: (I-360 SN015458) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: P--SALVAGE SERVICES SOL N00604-97-R-1001 DUE 021397 POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist, Robert S. Kay, Contracting Officer DESC: Services required for comprehensive reduction and disposal of radioactive waste. Services to include processing of radioactive waste by super compaction, incineration or by recycling radioactively contaminated metals by foundry melting to maximize volume reduction and minimize disposal cost for Pearl Harbor Naval Shipyard; DLA exclusion per DOD supplement 208.7003-2(g)(1). Must possess a Nuclear Regulatory Commission or agreement state license for possession, storage, processing and disposal of radioactive material, including provision for transportation of material in compliance with Federal, State and Local requirements. Resulting contract will be a Requirement type contract; various shipments to contractor site. Period of performance effective upon date of award, and the ordering period shall continue in effect during the period ending 12 months after date of contract unless terminated in accordance with other provisions. Base period with one option year. The government intends to include clause FAR 52.217-8, Option to Extend Service, in the solicitation. Note 26 applies. No telephone requests for the solicitation package will be accepted. All responsible sources may submit a proposal which shall be considered by the agency. Requests may be made by writing the contracting office above or sending a facsimile request to (808) 471-5750. Requester to provide name, address, telephone, and fax number. CITE: (I-361 SN015565) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: P--SALVAGE SERVICES SOL N00604-97-R-1001 DUE 021397 POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist, Robert S. Kay, Contracting Officer DESC: Services required for comprehensive reduction and disposal of radioactive waste. Services to include processing of radioactive waste by super compaction, incineration or by recycling radioactively contaminated metals by foundry melting to maximize volume reduction and minimize disposal cost for Pearl Harbor Naval Shipyard; DLA exclusion per DOD supplement 208.7003-2(g)(1). Must possess a Nuclear Regulatory Commission or agreement state license for possession, storage, processing and disposal of radioactive material, including provision for transportation of material in compliance with Federal, State and Local requirements. Resulting contract will be a Requirement type contract; various shipments to contractor site. Period of performance effective upon date of award, and the ordering period shall continue in effect during the period ending 12 months after date of contract unless terminated in accordance with other provisions. Base period with one option year. The government intends to include clause FAR 52.217-8, Option to Extend Service, in the solicitation. Note 26 applies. No telephone requests for the solicitation package will be accepted. All responsible sources may submit a proposal which shall be considered by the agency. Requests may be made by writing the contracting office above or sending a facsimile request to (808) 471-5750. Requester to provide name, address, telephone, and fax number. CITE: (I-361 SN015566) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: P--SALVAGE SERVICES SOL N00604-97-R-1001 DUE 021397 POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist, Robert S. Kay, Contracting Officer DESC: Services required for comprehensive reduction and disposal of radioactive waste. Services to include processing of radioactive radioactively contaminated metals by foundry melting to maximize volume reduction and minimize disposal costs for Pearl Harbor Naval Shipyard; DLA exclusion per DOD Supplement 208.7003-2(g)(1). Must process a Nuclear Regulatory Commission or agreement state license for possession, storage, processing and disposal of radioactive material, including provision for transportation of material in compliance with Federal, State and Local requirements. Resulting contract will be a Requirements type contract; various shipments ot contractor site. Period of performance effective upon date of award, and the ordering period shall continue in effect during the period ending 12 months after date of contract unless terminated in accordance with other provisions. Base period with one option year. The government intends to include clause FAR 52.217-8, Option to Extend Service, in the solicitation. Note 26 applies. No telephone requests for the solicitation package will be accepted. All responsible sources may submit a proposal which shall be considered by the agency. Requests may be made by writing the contracting office above or sending a facsimile request to (808) 471-5750. Requester to provide name, address, telephone, and facsimile number. CITE: (I-361 SN015568) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: P--SALVAGE SERVICES SOL N00604-97-R-1001 DUE 021397 POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist, Robert S. Kay, Contracting Officer DESC: Services required for comprehensive reduction and disposal of radioactive waste. Services to include processing of radioactive waste by super compaction, incineration or by recycling radioactively contaminated metals by foundry melting to maximize volume reduction and minimize disposal costs for Pearl Harbor Naval Shipyard; DLA exclusion per DOD Supplement 208.7003-2(g)(1). Must possess a Nuclear Regulatory Commission or agreement sate license for possession, storage, processing and disposal of radioactive material, including provisions for transportation of material in compliance with Federal, State and Local requirements. Resulting contract will be a Requirements type contract; various shipments to contractor site. Period of performance effective upon date of award, and the ordering period shall continue in effect during the period ending 12 months after date of contract unless terminated in accordance with other provisions. Base period with one option year. The government intends to include clause FAR 52.217-8, Option to Extend Service, in the solicitation. Note 26 applies. No telephone requests for the solicitation package will be accepted. All responsible sources may submit a proposal which shall be considered by the agency. Requests may be made by writing the contracting office above or sending a facsimile request to (808) 471-5750. Requester to provide name, address, telephone and fax number. CITE: (I-361 SN015572) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: U.S. Public Health Service, Indian Health Service, 505 Marquette, N.W., Suite 1502, Albuquerque, New Mexico 87102 SUBJECT: Q--HOSPITAL SERVICES/WHITE MESA DUE 020197 POC Veronica Zunie, Contract Specialist, (505) 248-5660 or Diego G. Lujan, Contracting Officer, (505) 248-5656. DESC: The Albuquerque Area Indian Health will be negotiating exclusively with the American Surgicare, Inc., 5263 South 300 West, Suite 103, Salt Lake City, Utah 84107, for hospital services for general and specialized, and emergency room medicine. Services to be provided to Contract Health Service (CHS) eligible Native American Indian patients of the Towaoc Health Center who reside in the White Mesa, Utah, a portion of the Ute Mountain Ute Indian Reservation. The Government will be awarding an indefinite requirements contract for a base year with four-year options for renewal. Request for Proposal package is not available. Announcement of the acquisition is for information purposes only. See referenced numbered note 22. CITE: (M-361 SN015511) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services--Potential Sources Sought OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014 SUBJECT: Q--SERVICES TO SUPPORT VACCINE DEVELOPMENT AND TESTING PROVIDING SAMPLE PROCESSING, RETRIEVAL AND STORAGE FOR ONGOING VACCINE THERAPY TRIALS. SOL DAMD17-97-R-0007 DUE 021897 POC Contract Specialist Monica J. Pileggi (301)619-2377; Raegon B. Clutz, Contracting Officer, 301-619-2395 (Site Code DAMD17) DESC: The contractor shall provide laboratory processing of clinical specimens and maintain a repository of clinical samples for the Military Retrovirology Research Program, Division of Retrovirology, Walter Reed Army Institute of Research, Washington, DC.These samples will be in the form of whole blood and other body fluids such as semen, vaginal secretions and oral secretions. This procurement will be full and open competition procedure. The SIC code for this requirement is 8734 and $5.0 million. The basecontract period will be for two years with three one year options. Limited quantities of the solicitation are available. Requests will be filled on a first-received, first-filled basis. Requests for the solicitation shall be made in writing and shall reference Solicitation Number DAMD17-97-R-0007. Requests may be faxed to (301) 619-2937. CITE: (I-361 SN015534) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DFAS-Cleveland Code MC, 1240 E. 9th St., Cleveland, OH 44199-2055 SUBJECT: R--MAIL SERVICES, NONPERSONAL SERVICES TO RECEIVE, SORT, OPEN AND DISTRUBUTE MAIL SOL HQ0103-97-Q-0404 DUE 011097 POC POC: Frank Troha (216) 522-6600/Bob Ludvik (216) 522-6845 DESC: The response date has been extended to January 10, 1997 5:00 p.m EST. Refer to CBD posting of November 26, 1996 for additional details. CITE: (W-361 SN015472) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Dept. Of HUD, Ofc. Of Procurement & Contracts, Admin. Support Div. (ARCA), 451 7th St., Sw, Rm. 5266, Washington, DC 20410-3000 SUBJECT: R--TECHNICAL/ADMINISTRATIVE SUPPORT SOL AMI70000058 DUE 011797 POC Isabel Pearson, Contract Specialist (202) 708-1772 Ext. 109, Kenneth L. Dosier, Contracting Officer (202) 708-1772 Ext. 119, Facsimile number: (202 708-2933 DESC: The U.S. Department of Housing and Urban Development, Office of Information Technology is seeking a contractor to provide technical/administrative support services, including the ultization of an automated source selection evaluation system for the evaluation of proposals. The period of performance covers the period of 01/23/97 through 04/23/97. This procurement is estimated under $100,000.00. Request for Quotation, Statement of Work, and Technical Evaluation Factors will be available on January 09, 1997. LINKURL: http://www.hud.gov/cts/ctsoprty.html LINKDESC: Contracting Opportunities Web Page EMAILADD: Isabel_C._Pearson@hud.gov EMAILDESC: CITE: (W-361 SN015497) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014 SUBJECT: R--MATERIEL FIELDING SUPPORT SERVICES TO EQUIP, MODERNIZE, CONVERT, TRANSFER, AND INACTIVATE APPROXIMATELY 280 UNITS IN THE UNITED STATES, EUROPE, JAPAN, KOREA, AND SOUTHWEST ASIA SOL DAMD17-97-R-0002 DUE 020397 POC Contract Specialist Cathy I. Collins (301) 619-2383 or Contracting Officer Raegon B. Clutz (301) 619-2395 (Site Code DAMD17) DESC: In reference to: Materiel Fielding Support Services to Equip, Modernize, Convert, Transfer and Inactivate approximately 280 units in the Unites States, Europe, Japan, Korea and Southwest Asia, published in the CBD on 23 December 1996, all requests fo this requirement shall be made in writing and can be faxed to 301/619-2937, and shall reference solicitation number DAMD17-97-R-0002. CITE: (I-361 SN015535) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: R--HAZMART SOL F32604-97-R0013 DUE 021297 POC SSgt Gerald Jacobs, (701)723-4183 or Delores D. Smith, (701)723-3829 DESC: CANCELLATION OF THE SOLICITATION: This solicitation is cancelled in its entirety. There is no longer a need for this requirement. CITE: (W-361 SN015560) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Education, Grants and Contracts Services, 7th & D Streets, SW, Room 3633, ROB Washington, D.C. 20202-4337 SUBJECT: R--DRAFT STATEMENT OF WORK FOR THE NATIONAL CLEARINGHOUSE ON EDUCATIONAL FACILITIES SOL RFP-N/A POC Lenox Coles, Jr., Contract Specialist, 202-708-9771. DESC: The U.S. Department of Education has a need for the development and operation of a National Clearinghouse on Educational Facilities. The draft statement of work has been placed on the U.S. Department of Education's Internet site for comments by potential offerors and users. COMMENTS WILL BE ACCEPTED UNTIL JANUAURAY 17, 1997. This draft statement of work will available at the GCS Web Internet site from the Contracts Information/Contract Documents On-line page. Internet addresses are http://gcs.ed.gov or gopher://gcs.ed.gov. The documents will be also available for dial-up computer users on ED Board BBS from the Contracts RFP's and Work Statements On-line menu. The BBS phone number is (202) 260-9950. The BBS has four 14,400 bps modems (settings:8-n-1). New users create their Id and password at logon. For questions only on GCS Web or ED Board BBS, contact Audrey Hawkins or George Wagner at 202-708-6775. CITE: (I-361 SN015578) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Postal Service, Purchasing Service Center, Attn: Manager, 2 Hudson Place, Hoboken, NJ 07030-5515 SUBJECT: S--RUBBISH REMOVAL SERVICES SOL 335660-97-A-005 DUE 013197 POC Julia Ramos, (201) 217-2218. DESC: Rubbish removal services at four (4) Long Island District offices. The period of performance is one (1) year with two (2) one year option renewals. Contractor must provide all supplies and equipment necessary to perform required services. Request for solicitation must be in writing and received within 10 days after the date of this notice or until supply is exhausted. CITE: (M-361 SN015521) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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: Modification: Solicitation Number DECA01-97-T-0156 is hereby cancelled in its entirety. Custodial services for the Fort Drum Commissary are no longer needed at this time. CITE: (I-361 SN015532) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. ARMY CORPS OF ENGINEERS, ST. PAUL DISTRICT, 190 FIFTH STREET EAST, ST. PAUL MN 55101-1638 SUBJECT: S--OPERATE AND MAINTAIN SEWAGE TREATMENT PLANTS AND POTABLE WATER SYSTEMS SOL DACW37-97-B-0003 DUE 021297 POC Contract Specialist DAWN M. LINDER (612) 290-5407 Contracting Officer DENISE M. McCARTHY (612) 290-5409 (Site Code DACW37) DESC: Operation and maintenance service for four sewage treatment plants and six potable water supply systems at the recreation areas in the Upper Mississippi Headwaters area, Minnesota. The basic period of performance shall commence April 1, 1997 and contnue through September 1997, with the exception of one site where the ending date shall be October 20, 1997. Option to extend the term of the contract for four additional performance periods will be at the discretion of the Government. This procurement is 10% set-aside for Small Business Concerns. SIC Code - 4952; the Small Business Size Standard for this procurement is $5 million average annual receipts for the previous 3 fiscal years. The solicitation package for this procurement is expected to be available approximately January 13, 1997, with bid opening on or about February 12, 1997. There is no charge for this solicitation package. Documents may be obtained b written request only. Please address your order to the attention of the Contracting Division (address as listed above) and specify Solicitation No. DACW37-97- B-0003 when ordering. No telephone request will be accepted. The solicitation documents are avaiable on a first-come, first-serve basis and may be picked up in person in the Contracting Division Office, on the 8th floor of the U.S. Army Corps of Engineers Centre, Monday through Friday, 7:30 a.m. to 3:30 p.m. Please call to verify the availability of documents. CITE: (I-361 SN015536) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Southampton Office Park, Suite A-190, 928 Jaymore Road, Southampton, PA 18966 SUBJECT: T--OFFSET PRINTING SOL Program 3203-S DUE 012297 POC Mrs. Hytha Benton (215) 364-6465; Contracting Officer--James T. Reingruber (215) 364-6465. DESC: Single award term contract for period 2/1/96 to 1/31/97. U.S. Army War College--Course Materials Pamphlets (copying or duplicating not permitted). Approximately 100 orders per year with an average of 1,700 copies and 140 text pages each; 97% with separate covers. Trim sizes up to and including 8-1/2 x 11". Operations include: film and platemaking, printing, binding, mailing, packing and distribution. Contractor to pick up copy at Carlisle Barracks, PA. Most orders deliver to Carlisle Barracks, PA. 7 to 14 day delivery schedule. Send request for bid on firm's letterhead, ATTN: Bid Request Program 3203-S. CITE: (M-361 SN015507) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: St. Louis Regional Printing Procurement Office, U.S. Government Printing Office, 815 Olive St., Room 328, St. Louis, MO 63101 SUBJECT: T--PRINTING SOL Program 1624S DUE 011797 POC Janet M. Etling, (314) 241-0349; Contracting Officer Lorraine Horton. DESC: Single award term contract for period 02/01/97 to 01/31/98. For Department of Interior--National Park Service. Assumed 25 mile radius of Lincoln, NE production area. Books, pamphlets and forms. Approximately 26 orders per year. Trim sizes up to 8-1/2 x 11". 20 to 300 copies. 10 to 500 pages. Black ink. Operations include handling furnished disks, duplicating/copying, binding, packing, and distribution. Quality Attributes Levels IV. Bid request on firm's letterhead. CITE: (M-361 SN015555) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 2d Contracting Squadron, 841 Fairchild Ave, Suite 205, Barksdale AFB, LA 71110-2271 SUBJECT: U--NOVELL TRAINING COURSE SOL F16602-97-Q0254 DUE 011397 POC Bennett Smith, (318) 456-6960/Contracting Officer, Betty Stalder, (318) 456-6890. DESC: Synopsis Number A-38-Novell training course. The following classes are needed: NetWare 4 Administration, NetWare 4 Advanced Administration, NetWare 4 Installation and Configuration Workshop, NetWare 4.1 Design and Implementation, Networking Technologies, Service and Support, and NetWare TC/IP Transport. This requirement is set aside for small business. Anticipated issue date 30 Dec 97. Closing date for all bids will be 13 Jan 97. Interested parties should request a written request for quotation via mail or facsimile (318) 456-2107. See Numbered Note 1. CITE: (M-361 SN015524) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200 SUBJECT: U--DOD COURSES IN MOTION MEDIA AND PHOTOJOURNALISM SOL Solicitation No.: DASW01-97-R-0019 DUE 021897 POC Contact Alyssa Murray, telephone: 703/614-6823; Fax: 703/695-9746 DESC: On behalf of the the American Forces Information Service, the Defense Supply Service-Washington intends to issue a Request for Proposal for two (2) DoD courses: Motion Media and Photojournalism. The required services will include all the necessary education supp University to teach a Motion Media Program. FOIA requests to FISC on these contracts should be addressed to: Shelley Johnson (Code 93.1C), Fleet Industrial Supply Center, Washington Navy Yard, Bldg. 200, 901 M Street, S.E., Washington, DC 20374-5014, telephone: 202/433-7173. CITE: (I-361 SN015579) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U.S. Office Of Personnel Management, 1900 E Street, NW., Room SB-247, Washington, DC 20415 SUBJECT: X--LEASE OF OFFICE SPACE FOR OPM TELESERVICE CENTER IN PITTSBURGH, PA SOL OPM-SFO-97-0020RDH DUE 022197 POC Ray Hesson, 202-606-1045 DESC: OPM intends to solicit proposals for a lease agreement for up to 10 years for approximately 9,000 square feet of office and support space for a Teleservice Center for the Retirement and Insurance Service (RIS). The objective of this acquisition is to lease quality office space adequate to support personnel operating a teleservice center. Because of the possibility that additional space might be needed during the term of the lease, offerors will be rated on the expandability of the space proposed, and this will be a factor in the selection to be made. Up to 18,000 square feet may be required. The solicitation is scheduled for release before the end of 1996. Requests for copies of the solicitation must be sent to the U.S. Office of Personnel Management, Room SB427, Attn: R. D. Hesson, 1900 E Street, NW, Washington, D.C. 20415. LINKURL: http://www.opm.gov/procure LINKDESC: EMAILADD: RDHesson@mail.opm.gov EMAILDESC: CITE: (W-361 SN015526) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: VA Maryland Health Care System, A&MM Service, VA Medical Center, P.O. Box 1000, Perry Point, MD 21902 SUBJECT: X--MEETING SPACE SOL IFB #512(P)-11-97 DUE 022097 POC Jacquelyn Goode-Wooley, 410-642-1104 DESC: Furnish meeting spaces (approximately 26) and audiovisual equipment to accommodate up to 400 people on 2/18-20/98. Geographic location should be within four blocks from any metro stop in the Washington, DC area. Solicitation will be issued on 1/17/97. Bid opening o/a 2/20/97, 2:00 PM. All requests for bidding documents must be made in writing to the Contracting Officer (90C), VA Medical Center, PO Box 1000, Perry Point, Maryland 21902-1000. No telephone requests. Award is subject to the availability of funds. CITE: (I-361 SN015575) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 6th CONS/LGCC, 2606, Brown Pelican Ave, MacDill AFB, FL 33621-5000 SUBJECT: Y--CONSTRUCT USSOCOM WAREHOUSE SOL F08602-97-B0004 DUE 012397 POC Mr. W. Anderson, (813) 828-3815, ext. 358, FAX 828-3667: Contracting Officer: Ms. Debra K. Parent, (813) 828-3815 ext. 346. DESC: This procurement was originally advertised in the Commerce Business Daily 20 Nov 1996 as "UNRESTRICTED", is herewith changed to a "SMALL BUSINESS SET-ASIDE". The procurement consist of constructing a new 4500 square feet warehouse in MacDill AFB, FL, which will be very similar to the existing warehouse on the site and which the new and existing will share the enlarged dock area. The building has bearing exterior walls of colored split faced 8 rib block bearing upon existing 15 inch concrete slab (former airplane parking ramp). The floor elevation to 11.5 feet MSL. The walls will have insulation fill and be painted on the interior surface. Steel truss roof framing with standing seam metal deck. Interior spaces will have the warehouse, one office, a unisex rest room, a janitor's closet and a mechanical room. The building will have a fire suppression system. The building will be air conditioned. The magnitude of this project is between $250,000.00-$500,000.00 The estimated construction time is 150 calendar days. The solicitation will be issued O/A 20 Dec 1996. The bid opening date will be O/A 23 Jan 1997. The SIC code for this procurement is 1541. This procurement will be issued small business set-aside. TELEPHONE REQUESTS WILL NOT BE HONORED. Make your written requests to the address above or fax to (813) 828-3667, ATTN: Mr. Anderson. Your written request must include the solicitation number, your company name, address, point of contact, telephone/fax number and designate whether your company is large, small disadvantaged, or women owned. CITE: (M-361 SN015509) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: Y--NEW JERSEY INTRACOASTAL WATERWAY, LEASE OF PLANT, BARNEGAT INLET, COLD SPRING, NEW JERSEY. SOL DACW61-97-B-0008 DUE 021997 POC Daniel P. McGovern, Contract Specialist, 215-656-6894 DESC: Maintenance Dredging, New Jersey Intracoastal Waterway, Lease of 12-14 inch Dredge with attneding Plant, Tugboat, Wide Track Boosterpump, and Barge. The SIC Code for this project is 1629. Specifications and full size drawings will be furnished at a charge of $15.00 per set. Issue date for plans and specifications is on or about 17 January 1997 with a bid opening date of 19 February at 11:00 a.m. All checks are to be drawn to "FAO, USAED-NORFOLK." All requests should be made in writing to the attention of Mr. Daniel P. McGovern. A social security number or your Federal Tax Identification Number must be written on your check or money order. Payment will not be refunded and specifications need not be returned. All requests must include a physical address, telephone number, fax number, point of contact and business size. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. Award of the contract will be made as a whole to one bidder. Liquidated damages will be specified. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. This is 100% set-aside for small business. CITE: (W-361 SN015515) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: National Forests in FL, 325 John Knox Road, Suite F-100, Tallahassee, FL 32303-4160 SUBJECT: Y--RECONSTRUCTION OF FDRS 263, 263B, 263E AND 234Y SOL R8-5-97-06 DUE 020397 POC Mary Bruce, (904) 942-9338 Procurement Assistant, Robert E. Lee, (904) 942-9337 Contracting Officer. DESC: This project consists of the reconstruction of Forest Service Roads 263, 263-B, 263-E and 234-Y. Work to include: straw/hay bales, composite road construction, granular filter blanket, clearing and grubbing, removal of cattleguard and fence, excavation, borrow excavation, silt fence, machine-placed riprap seeding. Site is located on the Osceola National Forest, Baker and Columbia Counties, Lake City, FL. Set-a-side for small business firms. SIC 1542. Industry Size Standard--$17 million. CITE: (M-361 SN015520) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDI, El Malpais National Monument, P.O. Box 939, 123 E. Roosevelt, Grants, New Mexico 87020 SUBJECT: Y--GENERAL CONSTRUCTION OF TWO--2 BEDROOM RESIDENTIAL DUPLEXES, CHACO CULTURE NATIONAL HISTORICAL PARK, BLOOMFIELD, NEW, MEXICO SOL 1443IB127097002 DUE 022097 POC Trish Fresquez-Hernandez, (505) 285-4641, ext. 11/Contracting Officer James Clark, (303) 969-2755. DESC: General construction of two--2 bedroom residential duplexes, to be constructed either on site or as a premanufactured modular system. The duplexes shall be set on a crawl-space type foundation with attached double garage. Water, sewer, power, gas, telephone, and cable TV are connected to existing main lines. Earthwork, grading, walks, ramps, decks, driveway aprons, and roads are part of the work. The site is located at Chaco Culture National Historical Park, approximately 52 miles southeast of Bloomfield, New Mexico, San Juan County. The estimated price range is between $100,000.00 and $1,000,000.00. Written or facsimile requests for copies of the solicitation are preferred. FAX: (505) 285-5661. CITE: (M-361 SN015551) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE, Poulsbo, WA 98370-7570 SUBJECT: Y--DESIGN AND CONSTRUCTION OF A BACHELOR ENLISTED QUARTER (BEQ) AT NAVAL STATION EVERETT, EVERETT WASHINGTON SOL N44255-96-R-0083 DUE 030497 POC Barbara R. Neuhauser, Contracting Officer (360) 396-0256. DESC: PRESOLICITATION NOTICE. The work includes the design and construction of a complete and useable BEQ facility, including site improvements and utilities. The facility shall contain a total of 101 Bedroom Modules and a variety of common and support areas. During performance of this work, asbestos, hazardous waste, or pollution abatement may be encountered. This is a Design-Build project and Source Selection procedures will be used. Offerors will be required to submit technical, management and price proposals. Technical proposals will be evaluated based on the following evaluation factors: Factor I - Design; Factor II - Management; Factor III - Quality; and Factor IV - Price. Plans and specifications will be available on or about 17 January 1997 at no charge until supply is exhausted. Contract completion time is 610 calendar days. Estimated cost range is between $5,000,000 and $10,000,000. Solicitation packages may be acquired in person from Plan Issue or by mail. Telephone requests will not be accepted. For plans and specifications to be mailed to your firm, either fax your request to Plan Issue (360)396-0998, or mail your request to Engineering Field Activity Northwest, Attention: Plan Issue, Naval Facilities Engineering Command, 19917 - 7th Avenue NE, Poulsbo, WA 98370-7570. Your request must include the solicitation number N44255-96-R-0083, complete company name, address, telephone number including area code, and whether bidding as a prime/subcontractor/supplier. Your request must also indicate whether your firm is a small business, small disadvantaged business or a large business and if woman owned. Bidders, if a Large Business Concern, shall submit a subcontracting plan in accordance with FAR 52.219-9 SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (OCT 1995), Alternate I (OCT 1995). Planholders lists will not be faxed. The Standard Industrial Classification Code is 1522. The related small business size standard is $17M. This solicitation is open to all business concerns. All responsible sources may submit a proposal which will be considered by the agency. CITE: (I-361 SN015574) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan Road, Great Lakes, IL 60088-5600 SUBJECT: Z--UPGRADE ELECTRICAL DISTRIBUTION RTC AREA TO 12.47KV, GREAT LAKES, IL SOL N68950-94-B-8012 DUE 021897 POC Rebecca Low 847-688-2600 x124 fax 847-688-2744 DESC: 1. The work includes providing all labor, materials, equipment, transportation and supervision neccessay for the conversion, upgrade, and consolidation of the electrical system at primary and secondary voltage levels and all other incidental related work. 2. This solicitation will be issued as an unrestricted procurement. 3. Estimated construction cost range is $1,000,000.00 to $5,000,000.00. 4. The performance period is 360 calendar days. 5. The SIC is 1731, size standard is $7.0 million, and FSC is Z249. 6. An evaluation preference will be given in accordance with DFAR's 252.219-7008, "NOTICE EVALUATION PREFERENCE FOR SMALL DISADVANTAGED BUSINESS CONCERNS-CONSTRUCTION AQUISITIONS-TEST PROGRAM (APR 1996). 7. If a large business firm is selected for this announcement, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Naval Facilities Engineering Command's subcontracting goal is for 62.1% of the total subcontracted dollars to go to Small Businesses, 11% to Small Disadvantaged Businesses, and 5.2% to Women Owned Small Businesses. 8. Copies of this solicitation will be available (on or before January 16, 1997) from T & T Reproduction and Supplies, 511 N Second St, Libertyville IL 60048, POC is Ken Thompson 847-367-7440 fax 847-367-7442 --OR-- JBR Blueprint Co, 1083 Corporate Cir, Grayslake IL 60030, POC is Jim Johnson 847-223-3077 fax 847-223-3079. LINKURL: n/a LINKDESC: EMAILADD: n/a EMAILDESC: CITE: (W-361 SN015481) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 SUBJECT: Z--PAVEMENT MARKING (STRIPING) SERVICES SOL F0561197B0200 DUE 022897 POC Edmond Rowan (719 333-4742) Contracting Officer, John Peters (719 333-2734) DESC: This contract includes, but is not limited to, applying pavement markings on roads and airfields pavement (approx 840,100 sq ft) throughout the Air Force Academy and at the Auxiliary Airfield at Ellicott CO (approx 23 miles east of Colorado Springs). The resultant contractor will be permitted storage on-site. Performance period will be one year from date of award with four one-year options. A minimum of $10,000.00 per year is guaranteed. The contract maximum is $750,000.00 worth of work over the term of the contract. Responsible sources may request this solicitation by letter, or FAX (719 333-4404) containing their business size and street address. For informational purposes, the applicable SIC code and small business size standard for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three fiscal years does not exceed $7 million. Applicable SIC code is 1721. This solicitation is being competed as unrestricted in accordance with the Small Business Competitive Demonstration Program. Bids will be evaluated in accordance with DFARS 252.219 entitled "Notice of Evaluation Preference for Small Disadvantaged Business Concerns-Construction Acquisition-Test Program." The solicitation is tentatively scheduled for issuance on or about 24 Jan 97. Woman-owned and small disadvantaged business concerns are encouraged to submit offers. Copies of this solicitation are limited to 60 and availability is on a first-come-first-served basis. Concerns may review the solicitation at this address or local plan rooms if copies are no longer available. CITE: (W-361 SN015482) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525 SUBJECT: Z--REPAIR 2ND AND 3RD FLOORS OF BLDG 3731, NAS, KINGSVILLE, TX SOL N62467-97-B-7662 DUE 021897 POC Irma Watts or Contracting Officer Charlotte Cummins (512) 939-2154. DESC: The work includes asbestos abatement, demolition of built-in wood wardrobe units, refinishing of wood doors, selective replacement of stairtreads, patching gypsum wallboard, replacement of VCT flooring and carpeting, replacement of acoustical suspended ceiling tile, selective replacement of doors and hardware, painting, replacement of toilet partitions, interior signage, mini-blinds, selective replacement of plumbing fixtures electrical outlets, removal of light fixtures, repairs to the fire alarm system, and incidental related work. Contract completion is 90 days. Contract price is between $250,000.00-$500,000.00. Plans and specifications should be available on or about 18 January 1997 and will be distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our fax number is (512) 939-8608. CITE: (M-361 SN015504) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P.O. Box 43119, Marine Corps Logistics Base, Albany, Georgia SUBJECT: Z--RESTRIPE ROADS, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-96-B-3631 POC Judy Washington, (912) 439-5959. DESC: Subject solicitation is cancelled in its entirety due to withdrawal of funds. CITE: (M-361 SN015510) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1, Ellsworth AFB, SD 57706-4910 SUBJECT: Z--BOWLING CENTER ADDITION SOL F39601-97-B0006 POC SSgt Seitz 605-385-1750(Fax 1759) DESC: This project consists of selective demolition, CMU/masonry veneer, rigid structural steel frame, steel bar joists, metal deck, membrane, and preformed roofing, mechanical and electrical systems and related site work. The magnitude of this project is between $500,000.00 and $1,000,000.00. The standard industrial classification code is 1542. The performance period is 224 days. The solicitation is expected to be issued 15 Jan 97 with a response date of 14 Feb 97 or later. This action is open competition to both large and small business. All requests must be submitted in writing or faxed to 605-385-1759. CITE: (W-361 SN015512) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. Fish and Wildlife Service, Branch of Construction Contracting, 755 Parfet St., 2nd Floor, P.O. Box 25207, Denver, CO 80225-0207 SUBJECT: Z--WASTE REMOVAL ACTION AT OLD DUMP AND CHEMICAL LEACHFIELD SOL IFB No. FWS 1448-98695-97-B001 DUE 031697 POC Contact Pat, 303/275-2349 DESC: Contractor to furnish all necessary materials, permits, labor and equipment for a project consisting of construction activities designed to remove solid waste materials and soil from the Old Dump and Chemical Leachfield areas located at Patuxent Wildlife Researfch Center, Prince Georges County, Laurel, Maryland. The work shall include, but not limited to, the excavation, transporation, and disposal of solid waste material and soil present in the Old Dump area (approximately 10,000 cy) and in the Chemical Leachfield area (approximately 2,000 cy). Construction activities will also include the installation of erosion controls, including silt fence and hay bales; construction of temporary gravel access road and decontamination area; site restoration activities involving the delivery, placement, and grading of backfill and placement of topsoil and hydro seeding over disturbed areas; and all appurtenant work, including contingent handling of potentially hazardous materials. IFB will be issued on or about January 30, 1997 with the subsequent bid opening to be on or about March 16, 1997. Time allotted for contract completion is 60 calendar days from date of receipt of Notice to Proceed. Estimated contract cost: $ 1 Million to $ 5 Million. The procurement is a 100% Small Business Set Aside. SIC (Standard Industrial Classification) 4953 - $6.0 Million. A limited amount of plans/specifications will be made available. All requests for the solicitation must be in writing, by mail or facsimile, our FAX number is 303/275-2333. Planholders. Solicitation lists will only be supplied upon written requests per FAR 14.205-5. CITE: (I-361 SN015513) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 9 CONS/LGCC, 6500 B ST, Room 101, Beale AFB, CA 95903-1712 SUBJECT: Z--REPLACE CONTROL TOWER WINDOWS, BLDG 1060 SOL F04666-97-B0005 DUE 020597 POC TSgt Judy McDonough, (916) 634-3310, Contracting Officer, Larry W. Fox, (916) 634-3309. DESC: Furnish all labor, supervision, equipment, material, and operations necessary to replace three (3) windows in the cab of the air traffic control tower. Project requirements will be made available on or about 6 Jan 96. All work accomplished will be in strict accordance with the specifications and drawings. The magnitude of this project is between $25,000.00 and $100,000.00 Requests for this solicitation may be submitted in writing or by FAX. Our FAX number is (916) 634-3311. Request must be on 8-1/2 x 11" paper, and include solicitation number, complete company name, address, and telephone number. This project is being solicited under the Small Business Competitiveness Demonstration Program. CITE: (M-361 SN015517) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Philadelphia Housing Authority, 2012 Chestnut St., Philadelphia, PA 19103 SUBJECT: Z--INVITATION FOR BID (FOUR PART BIDDING, SOLICITATIONS 9321, 9322, 9323, 9324), COMPREHENSIVE MODERNIZATION OF THE NORMAN BLUMBERG APARTMENTS FOR THE PHILADELPHIA HOUSING AUTHORITY SOL 9321 DUE 012197 POC James Herrmann, Contracting Officer, via facsimile (215) 684-4092. DESC: Notice is hereby given that sealed Bids will be accepted by the Philadelphia Housing Authority for the Comprehensive Modernization of the Norman Blumberg Apartments, Specification Numbers are as follows: General Construction, 9321; Electrical Specifications, 9322; Plumbing & Fire Protection, 9323; HVAC, 9324. Bids will be received no later than 11:00 a.m. on January 21, 1997 at 2012 Chestnut Street, Philadelphia, PA 19103. Copies of the specification may be picked up commencing December 24, 1996 at 2012 Chestnut Street, Philadelphia, PA 19103. A non-mandatory pre-bid meeting is scheduled for 10:00 a.m. January 6, 1997 at 1516 Judson Way. There is a non-refundable charge of $125.00 for specification packages. For packages mailed, the charge is $175.00. For further information please contact Ms. Patricia E. Draper, Contract Specialist, at 684-4220. The Philadelphia Housing Authority encourages minority and women owned business to submit bids and participate in the bidding process. CITE: (M-361 SN015544) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USPFO for Virginia, ATTN: VAPFO-P, 600 E. Broad Street, Richmond, VA 23119-1832 SUBJECT: Z--JOB ORDER CONTRACT SOL DAHA44-97-B-0001 POC Theresa Harris, (804) 775-9310, Contracting Officer: Ervin Vesely, Jr., (804) 775-9205. DESC: Proposals received in response to Job Order Contract Request for Technical Proposals (RFTP) dated 25 October 1996 have been evaluated. The following firms have been selected to proceed on with Step Two: Mitchell Construction Company, Inc., Richmond, VA (504) 358-1047; MCC Construction Corporation, Englewood, CO, (303) 741-0404; Satellite Services, Marquette, MI, (906) 228-6492; SW Day Construction Corp., Chesapeake, VA (757) 523-0322; Virtexco Corporation, Norfolk, VA, (757) 466-1114; HJ Group Ventures Inc., San Antonio, TX, (210) 340-2251; The Childers Corporation, Oklahoma City, OK, (405) 755-2200. CITE: (M-361 SN015545) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville, FL 32212-0139 SUBJECT: Z--REPAIR AND UPGRADE COURTS AT THE NAVAL ORDNANCE TEST UNIT, ORLANDO, FL SOL N62467-95-B-2679 POC OICC OFFICE DESC: This is a presolicitation notice only. DO NOT REQUEST PLANS NOW. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED. The work includes but is not limited to repairing all cracks, resurfacing and restriping the volleyball and basketball courts along with installing metal halide lighting on the volleyball and basketball courts and incidental related work. The contractor will be required to complete the work in 135 calendar days after Notice to Proceed. Following tentative dates apply: Issue invitations 01/97, open bids 02/97, complete contract 07/97. Estimated cost is between $25,000.00 and $100,000.00. CITE: (M-361 SN015549) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPYD Bldg. 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--EXTERIOR WALL RENOVATION, BUILDING 510, PHASE I, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA SOL N62470-95-B-2006 DUE 021297 POC Bid Packages, Sandra Johnson, (804) 396-5121; Contract Specialist, Sandra H. Umberger; Contracting Officer, Rosalind D. Rogers. DESC: The work includes renovation of existing six-story concrete, masonry and corrugated metal at Building 510--Phase I. Exterior facade renovation consists of exterior finish system on concrete and masonry walls, exterior fluid-applied coating system or corrugated metal siding surfaces, and painting all antenna towers, crane structure, railings, window frames and all other exposed metal items on the wall and roof as indicated on construction documents for Phase I project. Estimated cost range: $1,000,000.00 and $5,000,000.00. LANTNAVFACENGCOM is committed to substantive participation of small disadvantaged (SDB) and women-owned enterprises in the performance of the work for this contract. If you are a large business and your bid will exceed $1,000,000.00, you will be required to submit a subcontracting plan. Plans and Specifications will be available on or about 13 January 1997. A limited number of bid packages will be available and issued on a first-come-first-served basis until the supply is exhausted. There is no charge for the plans and specs (one set per firm); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holder lists will be faxed. All responsible sources may submit an offer which will be considered. CITE: (M-361 SN015554) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPYD Bldg. 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--EXTERIOR WALL RENOVATION BUILDING 510, PHASE II AT THE NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA SOL N62470-95-B-2014 DUE 021297 POC Bid Packages Sandra Johnson (804) 396-5121: Contract Specialist/Joyce Chilton; Contracting Officer, Rosalind D. Rogers. DESC: The work includes renovation of existing corrugated metal at Building 510, Phase II. Exterior facade renovation consists of removal and reinstallation of damaged corrugated metal siding and painting of entire metal siding surfaces, window frames, doors and frames, roll-up doors and frames, mechanical louvers, and metal stair and railings, and all other exposed metal items on the wall and roof as indicated on construction documents for Phase II project, and incidental related work. Estimated Cost Range: $1,000,000 and $5,000,000. LANTNAVFACENGCOM is committed to substantive participation of small disadvantaged (SDB) and women-owned enterprises in the performance of the work for this contract. If you are a large business and bid will exceed $1,000,000.00, you will be required to submit a subcontracting plan. Plans and specifications will be available on or about 13 January 1997. A limited number of bid packages will be available and issued on a first come, first served basis until the supply is exhausted. There is no charge for the plans and specs (only one set per firm); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING A BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holder lists will be faxed. THIS SOLICITATION IS UNRESTRICTED. CITE: (M-361 SN015584) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPYD Bldg 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--EXTERIOR REHABILITATION, BUILDING 33, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA SOL N62470-95-2005 DUE 021297 POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist, Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers. DESC: The work includes removing existing roof, gutters, downspouts and roof appurtenances and providing a new terne-coated stainless steel roof, ventilators, gutters and downspouts; removing deteriorated doors and windows and providing new doors and windows to replicate the existing; rehabilitating and repairing windows and doors to remain; removing lead paint and asbestos associated with work; repairing deteriorated canopy at south entry and removing awnings; cleaning, repairing cracks, replacing damaged brick and tuckpointing all brick walls; removing masonry and other infill materials at masonry openings and providing new windows to match existing; relocating existing HVAC units, pipes and conduit; providing new mechanical louvers; and incidental related work. Estimated cost range: $1,000,000.00 to $5,000,000.00. LANTNAVFACENGCOM is committed to substantive participation of small disadvantaged (SDB) and women-owned enterprises in the performance of the work for this contract. If you are a large business and your bid will exceed $1,000,000.00, you will be required to submit a subcontracting plan. Plans and specifications will be available on or about 13 January 1997. A limited number of plans and specifications will be available on a first-come-first- served basis until the supply is exhausted. There is no charge for the first set of plans and specs (additional sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holders lists will be faxed. All responsible sources may submit an offer which will be considered. CITE: (M-361 SN015586) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential Sources Sought OFFADD: Department of Veterans Affairs, VA Medical Center (90C), 1100 N. College Avenue, Fayetteville, AR 72703 SUBJECT: Z--BURIAL AREA DEVELOPMENT SOL 564-2-97 DUE 022497 POC Donna Lenz, Contract Specialist (501) 444-5035 DESC: Provide all labor, material, equipment and supervision for Burial Area Development at the Springfield National Cemetery, Springfield, Missouri. Work involves developing approximately 3/4 acre area for burial. Project includes: roadway, drainage correction, stream crossing, spoils storage area, topsoil storage building, water line, landscaping, grading, and renovation and expansion of the existing Maintenance Building. Maintenance Building renovation work includes: replacement of some windows, improving the current electrical system (service panel, wiring, lights, receptacles, and security system), heating existing storage bay, addition of new storage bay on west side, replacing concrete apron around building, upgrading of existing restrooms and breakroom, relocation of furnace and hot water heater, and replacement of roof. Additionally, the work includes the removal of 12" x 12" resilient floor tile. The material is located inside the public restroom at the southeast corner of the Cemetery Shop (Maintenance) Building. Contractor will also have to remove and give back to the owner, the toilet and two wooden chases that run along the north and west walls. Floor tile mastic does not contain asbestos. All work shall be performed in accordance with the drawings and specifications. Estimated cost range between $500,000 and $1,000,000. A total of twenty bid packages will be issued on a first come-first serve basis on or about January 24, 1997. All requests for packages must be submitted in writing to the above address and must include a non-refundable cashier's check, money order, or company check in the amount of $35.00. Pre-Bid Conference scheduled on February 10, 1997 2:00pm (local time) at the VAMC, Fayetteville, AR. The procedure to be used in award of this contract will be by Invitation for Bid. Anticipated date for award of this contract is subject to availability of funds. CITE: (I-360 SN015457) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 12--OPTICAL MODULE (DOH) SOL F42620-97-R-24676 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Peggy Frecker/Lfke/[801]777-5817 DESC: Amended, Change solicitation number to F42620-97-R-1005. As a result of this action solicitation F42620-97-Q-24646 is cancelled. CITE: (I-360 SN015452) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 13--LEAD ASSEMBLY, ROTOR SOL N00164-97-Q-0064 DUE 020797 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: The Navy requires manufacture of a basic quantity of 2,200 each M1134A31 Fuze Rotor Lead Assemblies with options for an additional 3,300 each. The assemblies shall be manufactured in accordance with Marine Corps drawing numbers 53711-7095644, -7095690, and -7095646. Materials of manufacture are aluminum alloy sheet, 5052 or 1100 IAW ASTM 8209 and lead, sheet, grade B IAW QQ-L-201. Approximate dimensions are .45" long x .3" diameter. MIL-STD-171, DoD 5100.76-M, and DFARS 252.223-7002 apply. Delivery is required within 60 days after contract award or option exercise, as applicable. This requirement is being processed using Simplified Acquisition Procedures and is 100% set-aside for Small Business concerns; the applicable size standard is 500 employees or less. FAR Part 12 does not apply. See notes 1 and 26. It is anticipated that a formal Request For Quotes will be issued. Requests for the solicitation may be made by calling 812-854-2422, fax 812-854-5666, or e-mail hq6591@smtp.crane.navy.mil. All resposnible sources may submit a quote which shall be considered by the agency. CITE: (I-361 SN015563) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 15--FITTING ASSY OF SOL F42620-97-Q-22258 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: Item 0001 NSN 1560-01-217-1376WF P/N: 16W264-27, Fitting. Dim. 1.80" x 2.75" x 4.80". Kind of mat. Aluminum. Structure. 20ea. Applicable to: F-16 C/D. Destn: FMS Countries. Delivery: 30 Apr 98 20 ea Item requires application of master or coordinated tooling. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 04 Feb 97. Written procedure will be used for this solicitation. To: S A B C A, 1130 Brussels Belgium. To: Tusas Aerospace Industries Inc, Ankara Turkey. To: Israel Aircraft Industries, Lod Israel 71101. To: Lockheed Martin Corporation, Fort Worth Tx 76101-0748. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. Manufacture of this part requires use of master or coordinated tooling. See Note (s) 26. CITE: (I-360 SN015450) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--COVER,ACCESS SOL N0038397RM162 DUE 020397 POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-1560-01-359-0760-TN, Ref Nr 5030T65G03, Qty 160 EA, Delivery FOB Origin-----. Drawings are not available. Since this is a "source controlled" item, competition shall be restricted to GE-Lynn., See Note 22 CITE: (I-361 SN015467) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--NUT TUBE ASSEMBLY SOL N0038397RN088 DUE 020397 POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Linda T Rein, 0233.03, (215)697-2811 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1680-01-196-9899-VH, Ref Nr 105802-1, Qty 144 EA, Delivery FOB Origin----- Drawings are not available., See Note 22 CITE: (I-361 SN015468) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 Goodfellow Blvd., , St. Louis, MO 63120-1798 SUBJECT: 16--REC/TRANS, P/N:822-0788-001; POWER AMP/COUPLER, P/N:822-0787-001; ANTENNA ADAPTER, P/N:822-0786-001; CONTROL DISPLAY UNIT, P/N:822-0786-001; VRC-100 (GND CASE W/ARC-220 SYSTEM), P/N:822-0793-001. SOL USZA95-97-Q-0012 DUE 123096 POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil;Kay Hucke, (314)263-3299, Contracting Officer. DESC: This solicitation is for the acquisition of commercial items. This proposed procurement is for 8 each Rec/Trans, P/N:822-0788-001; Power Amp/Coupler, P/N:822-0787-001; Antenna Adapter, P/N:822-0894-001; 2 each Control Display Unit, P/N:822-0786-001; 1 each VRC-100 (Ground Case W/ARC-220 System), P/N:822-0793-001. The Government's minimum needs can only be satisfied from the prime contractor, Rockwell Collins, 350 Collins Road NE, Cedar Rapids, IA52498-0120. Opportunity for subcontracting with the pr ime is the basis for synopsis. This is for informational purposes only. Firms that recognize and can provide the required supplies described above are encouraged to identify themselves to the Contracting Officer. See Numbered NOTE(S): 22. CITE: (I-361 SN015473) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 Goodfellow Blvd., , St. Louis, MO 63120-1798 SUBJECT: 16--REC/TRANS, P/N:822-0788-001; POWER AMP/COUPLER, P/N:822-0787-001; ANTENNA ADAPTER, P/N:822-0786-001; CONTROL DISPLAY UNIT, P/N:822-0786-001; VRC-100 (GND CASE W/ARC-220 SYSTEM), P/N:822-0793-001. SOL USZA95-97-Q-0012 DUE 123096 POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil;Kay Hucke, (314)263-3299, Contracting Officer. DESC: This solicitation is for the acquisition of commercial items. This proposed procurement is for 8 each Rec/Trans, P/N:822-0788-001; Power Amp/Coupler, P/N:822-0787-001; Antenna Adapter, P/N:822-0894-001; 2 each Control Display Unit, P/N:822-0786-001; 1 each VRC-100 (Ground Case W/ARC-220 System), P/N:822-0793-001. The Government's minimum needs can only be satisfied from the prime contractor, Rockwell Collins, 350 Collins Road NE, Cedar Rapids, IA52498-0120. Opportunity for subcontracting with the pr ime is the basis for synopsis. This is for informational purposes only. Firms that recognize and can provide the required supplies described above are encouraged to identify themselves to the Contracting Officer. See Numbered NOTE(S): 22. CITE: (I-361 SN015474) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US SPECIAL OPERATIONS COMMAND, ATTN: AMSAT-D-TK, 4300 GOODFELLOW BLVD, ST. LOUIS, MO 63120-1798 SUBJECT: 16--QTY (40) 40MB FLASHDISK MEMORY CARDS, PART NUMBER: SAND SDP-3BI40-101-00. SOL USZA95-97-Q-0013 DUE 010897 POC Darrell L Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil; Kay Hucke, (314) 263-3299, Contracting Officer DESC: Technology Applications Contract Office, US Special Operations Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the solicitation number is USZA95-97-Q-0013. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification (SIC) code is 3728 and the Business Size Standard is 1000 employees. The commercial item to be quoted is a 40MB Flashdisk Memory Cards, Part Number: SAND SDP-3BI40-101-00 or equal. This contract shall be a firm fixed price contract for a quantity of 40 units. The delivery schedule shall be five (5) immediately upon award and thirty-five (35) no later than 25 January 1997. The cards shall be shipped to (W80N5C) MSSA/CRP, HHC 160t h SOAR, ATTN: AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort Campbell, KY 42223-5738 - Mark For: SUMS and Com/Nav, Document Number: W80XYF63300701. The submittal must demonstrate that the proposed product is equal to the desired commercial item. The provision at 52.212-1, Instruction to Offerors--Commercial Items, applies to this acquisition and no addenda applies. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition with the blanks filled in as follows: Fir m Fixed Price, Low Acceptable Quote. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. No addenda applies. The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition to include 52.203-6 Restrictions on Subcontractor Sale s to the Government, with Alternate 1 ; 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 ; 52.222-26 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 ; 52.225-9 Buy American Act--Trade Agreements Act--B alance of Payments Program ; and 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels . In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate ; 252.212-7000, Offeror Representations and Certifications Commercial Items (note - a completed copy must be returned with your offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicabl e to Defense Acquisitions for Commercial Items the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014, Preference for Domestic Specialty Metals ; and 252.233-7000, Certification of Claims and Requests for Adjustment of Relief. Quotes will be received at US Special Operations Command, Technical Applications Contracting Office, AMSAT-D-TK (ATTN: D Dodds), 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997. CITE: (I-361 SN015542) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US SPECIAL OPERATIONS COMMAND, ATTN: AMSAT-D-TK, 4300 GOODFELLOW BLVD, ST. LOUIS, MO 63120-1798 SUBJECT: 16--QTY (40) 40MB FLASHDISK MEMORY CARDS, PART NUMBER: SAND SDP-3BI40-101-00. SOL USZA95-97-Q-0013 DUE 010897 POC Darrell L Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil; Kay Hucke, (314) 263-3299, Contracting Officer DESC: Technology Applications Contract Office, US Special Operations Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the solicitation number is USZA95-97-Q-0013. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification (SIC) code is 3728 and the Business Size Standard is 1000 employees. The commercial item to be quoted is a 40MB Flashdisk Memory Cards, Part Number: SAND SDP-3BI40-101-00 or equal. This contract shall be a firm fixed price contract for a quantity of 40 units. The delivery schedule shall be five (5) immediately upon award and thirty-five (35) no later than 25 January 1997. The cards shall be shipped to (W80N5C) MSSA/CRP, HHC 160t h SOAR, ATTN: AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort Campbell, KY 42223-5738 - Mark For: SUMS and Com/Nav, Document Number: W80XYF63300701. The submittal must demonstrate that the proposed product is equal to the desired commercial item. The provision at 52.212-1, Instruction to Offerors--Commercial Items, applies to this acquisition and no addenda applies. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition with the blanks filled in as follows: Fir m Fixed Price, Low Acceptable Quote. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. No addenda applies. The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition to include 52.203-6 Restrictions on Subcontractor Sale s to the Government, with Alternate 1 ; 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 ; 52.222-26 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 ; 52.225-9 Buy American Act--Trade Agreements Act--B alance of Payments Program ; and 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels . In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate ; 252.212-7000, Offeror Representations and Certifications Commercial Items (note - a completed copy must be returned with your offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicabl e to Defense Acquisitions for Commercial Items the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014, Preference for Domestic Specialty Metals ; and 252.233-7000, Certification of Claims and Requests for Adjustment of Relief. Quotes will be received at US Special Operations Command, Technical Applications Contracting Office, AMSAT-D-TK (ATTN: D Dodds), 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997. CITE: (I-361 SN015543) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: ATCOM, Attn: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St. Louis, MO 63120- 1798 SUBJECT: 17--CRANE ASSY, TAIL SOL DAAJ09-97-Q-0533 DUE 022497 POC Gary Twyford, Procurement Technician, 314-263-0608 -- or Daniel J. Fuller, Contracting Officer, 314-263-2555 -- FAX: 314-263-9012. DESC: NSN: 1730-01-127-2786 PN: 70700-20413-041 Each, IAW ATCOM Procurement Package 70700-20413, 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 1,000 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. To obtain this solicitation package send a fax to (314)263-9012, ATTN: AMSAT-A-PLBA, Gary Twyfords, be sure to include Company name, address, telephone number and solicitation number. See numbered note 26. See Numbered Note(s): 1. CITE: (I-361 SN015570) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: 20--CONTRACTOR TO FURNISH A COMPLETE MICROPROCESSOR-BASED ELECTRONICH PROPULSION CONTROL AND TRANSFER CONTROL SYSTEM FOR THE SEA-GOING DREDGE MCFARLAND SOL DACW61-97-R-0010 DUE 012897 POC Mr. E. Savoy, Contract Specialist, 215-656-6913 DESC: The U.S. Army Corps of Engineers, Philadelphia District, intends to procure a complete micorprocessor-based electronic propulsion control and transfer system control to be retro-fitted with the existing controllable pitch propeller (CPP) CITE: (W-361 SN015476) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: 20--CONTRACTOR TO FURNISH A COMPLETE MICROPROCESSOR-BASED ELECTRONIC PROPULSION CONTROL AND TRANSFER CONTROL SYSTEM FOR THE SEA-GOING DREDGE MCFARLAND SOL DACW61-97-R-0010 DUE 012897 POC Mr. E. Savoy, Contract Specialist, 215-656-6913 DESC: This modification changes the description of DACW61-97-R-0010 as follows: The U.S. Army Corps of Engineers, Philadelphia District, intends to procure a complete micorprocessor-based electronic propulsion control and transfer system to be retro-fitted with the existing controllable pitch propeller (CPP), engine governor and bow thruster control system currently installed aboard the sea-going Dredge McFARLAND. The upgraded propulsion control system shall replace the mechanical/pneumatic system and provide electronic control and indication of shaft speed, engine load and propeller pitch. The system shall also include electronic controls and indicators for the operation of the bow thruster. This procurement will be processed in accordance with Federal Acquisition Regulation (FAR) 14.5, Two-Step Sealed Bidding. Step one will require prospective contractors to submit a technical proposal. The technical proposals received will be evaluated to determine that: 1) The proposal contains all the data and information required by Part III of the Request for Proposal (RFP) "Proposal Requirements"; 2) The system meets all of the design criteria of Part II of the RFP; 3) The proposed system is an existing microprocessor based design with proven performance and reliability, suitable for and capable of being successfully retro-fitted to the existing propulsion engine, CPP systems and bow thruster; 4) The prospective contractor has a proposed system with a history of reliable performance installed on other vessels operating with a similar propulsion control system; 5) The prospective contractor has demonstrated customer satisfaction for completed projects of a similar control system. A listing of three (3) references of such customers with a point of contact shall be provided; 6) The prospective contrator has demonstrated experience in the manufacture, modification, and repair of propulsion control systems to include demonstrated experience in retro-fitted marine propulsion control systems; 7) The prospective contractor has a viable plan to manufacture and assemble a system conforming to the specifications; 8) The prospective contractor has a demonstrated field service engineering capability; and 9) The prospective contractor can demonstrate that the proposed system can be integrated with an automated pilothouse control system (Auto-Pilot) similar to a Sperry Marine Vision 2100 or a Raytheon Bridge Control 3000 Integrated Navigation System, at a future retro-fit. The technical proposal shall not include any prices or pricing information. **In the second step of this two-step procedure the following applies: 1) Only offers based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for award; 2) Each offer in the second step must be based on the offeror's own technical proposal; 3) Offerors should submit proposals that are acceptable without additional explanation or information; The Government may make a final determination regarding a proposal's acceptablitiy solely on the basis of the proposal as submitted; The Government may proceed with the second step without requesting further information from any offeror; however the Government may request additional information from offerors of the proposals that it considers reasonable susceptible of being made acceptable, and may discuss proposals with their offerors. If their offer is determined to be unacceptable, the offeror will receive a notice upon completion of the final determination and evaluation of acceptability. Step Two will be accomplished by Sealed Bidding Procedures. Step One of this Two-Step Sealed Bidding process, Solicitation No. DACW61-97-R-0010 will be issued on or about December 27, 1996, with a closing date of January 28, 1997 by the close of business at the local place of bid opening. Interested prospective contractors can obtain a copy of the solicitation by mailing or faxing in (Fax No. 215-656-6780) their request to include the following information: Solicitation Number; a complete mailing address (preferably no box office numbers); telephone and fax (if applicable) number; and a point of contact. The Standard Industrial Classification (SIC) code for this procurement is 3625. All responsible sources may submit a proposal for consideration. This is an unrestricted procurement. CITE: (W-361 SN015493) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, SOL IAP-771,870-01 DUE 020997 POC Eugenio Huerta G, Material Manager, (507) 272-4601, E. H. Womble, Contracting Officer, (507) 272-4620 DESC: Axle, per Drawings VF-1301-88-1252 and VF-1301-88-1253. Quantity 20 each. 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. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-361 SN015478) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, SOL IAP-771,820-01 DUE 020997 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #13, per Drawings VF-1301-88-1587 and PCC specifications 580-380. Quantity 22 each. 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. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-361 SN015479) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, SOL IAP-771,900-05 DUE 020997 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta G., Contracting Officer, (507) 272-4620 DESC: Various Twin Disc Typy Clutch components, per PCC Drawings. 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. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-361 SN015492) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--SHIELD,HEAT,TURBINE SOL N0038397RM161 DUE 020397 POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-333-6592-XN, Ref Nr 9512M12P10, Qty 528 EA, Delivery FOB Origin-----. Drawings are not available. Since this is a "source controlled" item, competition shall be restricted to GE-Lynn., See Note 22 CITE: (I-361 SN015469) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 30--SHAFT SEALS SOL N00406-97-R-5045 DUE 021497 POC T. Kelly DESC: Shaft seals, 4 each, type MX-9 stern tube seal for MCM class minehunters 8.50 in accordance with NAVSEA shipalt 222D FOB point origin inspection and acceptance: origin notes 22 applies sole source to john crane marine, buffalo grove il the proposed contract action is for materials for which the government intends to solicit and negotiate with only one source under FAR 6.302 All responsible sources may submit (offer/bid/quotation) which shall be considered by Fleet & Industrial Supply Center Puget Sound Telephone requests will not be honored Fax requests will be honored and should be made to (360) 476-2931 CITE: (I-360 SN015456) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: General Services Administration, Federal Supply Service, Automotive Center, FCAP, Washington, DC 20406 SUBJECT: 38--PART I, SECTION A: CONSTRUCTION AND HIGHWAY MAINTENANCE EQUIPMENT SOL FCAP-S5-95-0038-2-N DUE 011497 POC Jacqulin M. Draughn (703) 305-5918, Brenda Sajous (703) 308-4665OR christy morrison (703) 305-5840 DESC: Correcton: the due date originally publicized in the CBD dated December 26, 1996 is corrected to be January 14, 1997. All other information publicized in the original synopsis is correct. See NOTE 12. CITE: (I-360 SN015462) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02411N, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160 SUBJECT: 42--NON-DEVELOPMENTAL, OPEN-CIRCUIT SELF-CONTAINED BREATHING APPARATUS FOR FIRE FIGHTING EQUIPMENT POC Thomas Bikowski, Contracting Officer, 703-602-8200; 02411N, Evelyn Lamendola, Contract Specialist, 703-602-8200 DESC: The Naval Sea Systems Command will be procuring a non-developmental, open-circuit Self-Contained Breathing Apparatus (SCBA) for fire fighting equipment using one or more Blanket Purchasing Agreement(s) (BPA) under existing General Services Administration (GSA) Federal Supply Schedule (FSS) Multiple Award Contracts. The SCBA shall fully comply with, and be certified to, Title 42 of the Federal Code of Regulations (42 CFR), Part 84, Subpart H, and shall comply with the National Fire Protection Association (NFPA) Standard 1981. The SCBA is in the Federal Supply Class (FSC) Group 42, Part I, Section B, of the GSA FSS. The Estimated order quality for the first BPA is 400 SCBAs and 800 spare cylinders for which delivery will be required no later than November 1997. During the ordering period, the Government may contact competitions for additional BPAs covering the Navy SCBAs. NAVSEA ultimately intends to outfit the fleet with the new SCBAs for approximately 21,000 SCBAs and 50,000 spare cylinders. NAVSEA will hold an industry briefing for all interested parties at 1200 p.m. on Thursday, 6 February 1997 at Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242, Room 3S11. You are requested to confirm your intent to attend by letter addressed to Evelyn Lamendola, SEA 02411N, at the same address and/or FAX (703) 602-6235 CITE: (I-361 SN015466) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Panama Canal Commission, Logistical Support Division, APO, AA 34011-2300 SUBJECT: 42--CONFINED SPACE/HIGH ANGLE RESCUE EQUIPMENT SOL PAP-84567-QN-29 DUE 012397 POC CAMILO A. VALDES JR., CONTRACT SPECIALIST, (507) 272-4658, G. M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 DESC: CONFINED SPACE/HIGH ANGLE RESCUE EQUIPMENT, P.M.I AND U.H.A.R.T. PRODUCTS, OR EQUAL, COMPLYING WITH NFPA, ANSI, OSHA AND COLASHA STANDARDS. QUANTITY: VARIOUS ITEMS. DELIVERY 30 DAYS FOB JEFFERSON LA. OR 60 DAYS CIF AT BALBOA, REP. OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING THE SOLICITATION, STATE NAME, ADDRESS, AND SOLICITATION NUMBER. REQUESTS WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661/1512 OR TELEX 3034 PCCAMRM-PG. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION WHICH IF TIMELY RECEIVED, 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 DELIVERY TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC. CITE: (I-361 SN015539) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment OFFADD: McAlester Army Ammunition Plant, McAlester, OK 74501-9002 SUBJECT: 46--DEAERATOR, BOILER FEEDWATER SOL DAAA31-97-T-0014 DUE 022097 POC Peggy King for information, (918) 421-2577; for copy of solicitation package send facsimile request to (918) 421-2536; Contracting Officer, Clifford N. Caldwell, (918) 421-2479. DESC: Deaerators--1-York-Shipley automatic packaged Model YSD-10 or equivalent, horizontal spray type, completely assembled and ready to start deaerating water upon connection of steam, water, vent and electrical lines. 10,000 PPH, 200 gal storage capacity, DP 50 PSI, OP 5 PSI. Tank support stand, control panel assembly, pump and motor assemblies, piping assemblies and discharge piping. 1 each. 2-48,000 horizontal integral tank tray type deaerator without trim. Replacement unit for a Chicago Heater Co. Serial #3435, Dwg #C-3144. 48" dia. welded to a 48" dia. x 8'6" storage tank overall height is 9" x 9". New tank must not exceed this height unit. 1 each. 3-20,000 PPH deaerator for feed water replacing Bryan & Hoppes Mfg. Co. Serial #A-23798-HT, year 1975. Tray type integral deaerator top poration is 30" dia. welded to a 36" dia. horizontal storage tank unit. 1 each. All three units fabricated IAW A.S.M.E. boiler code. This acquisition is 100 percent set aside for small business. No telephone requests for the solicitation will be accepted. Only written or faxed requests received directly from the requestor are acceptable. Send requests to Commander, McAlester Army Ammunition Plant, Attn: SIOMC PC, 1 C Tree Road, McAlester, OK 74501-9002. Fax number is (918) 421-2536. CITE: (M-361 SN015552) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 51--MOBILITY TOOL KIT SOL F42650-96-T-H211 DUE 012397 POC For copy, Sherry Eldridge/Pkocc/[801]777-2495, For additional information contact Sherry Eldridge/Pkocc/[801]777-2495 DESC: Mobility Tool Kit, NSN: 5120PCTK1152; P/N: CTK1152. This is a mobility tool kit with assorted wrenches, sockets, ratchet, flexocket, drivers, pliers, scraper, cutters, screwdrivers, adaptors, hammers, wirestrip. Fashioned for mobility purposes in a foam kit with numbering by laser for each tool within the kit for trackability and kitting purposes. This is an essential feature for kits used on flight lines. 7 KT, Del Date 15 MAR 97. Contractor is located worldwide with on site support and fits mobility contingencies locations, their tools are life time warranted. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 24 Jan 97. Oral procedure will be used for this solicitation. To: Snap On Tools Corp, Sacramento Ca 95834. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This synopsis contains enough information for the buyer to receive oral quotes. No separate written solicitation will be issued. If you are interested in quoting on this acquisition, please contact the buyer stated above with your quote. CITE: (I-360 SN015454) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku 3-chome Shinjuku-ku, Tokyo 163-14 Japan SUBJECT: 58--ATM BACKBONE SYSTEM SOL IPO.08-216 DUE 021797 POC Point of Contact - NTT America, Inc., Head Office, 101 Park Avenue, 41st Floor, New York, NY 10178, 212/661-0810 also NTT America, Inc., Pacific and Western Division 700 E. El Camino Real, Suite #200, Mountain View, CA 94040, 415/940-6565 DESC: Product outline: This system accomodates LANs and terminals with ATM-NIC, and manages virtual LANs, and has capabilities to communicate with the public network. The components of this system are ATM backbone switch and Network management system(NMS). Quantity: approximately 30sets/yearThe number of suppliers to be awarded: One or two supplier(s).Procurement procedure: Track II. Delivery date: The beginning June 1997 or later Delivery site(s): NTT will separately specify the place(s) in Japan as delivery site(s). Please note that the quantities and procurement periods shown above indicate currently sheduled values, and may be subject to change due to to circumstances within NTT. THIS NOTICE IS FOR INFORMATION ONLY. PROCUREMENT DOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT. PROCUREMENT DOCUMENTATION is available for $100 (Excluding sales tax) at NTT America, Inc. NTT only accepts proposals that follow the direction of PROCUREMENT DOCUMENTATION. The language used for application shall be Japanese or English. All responses should be received by February 17, 1997 LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-361 SN015464) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--CONTROL UNIT,SWITCH SOL N0038397QF014 DUE 020397 POC Contact Point, David Necowitz, 0234.08, (215)697-3821, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-5821-01-215-3451-RF, Ref Nr 622-6324-002, Qty 10 EA, Delivery FOB Origin--This is a sole source requirement with Rockwell Collins. Drawings are not available at The Naval Inventory Control Point., See Note 22 CITE: (I-361 SN015470) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku 3-chome Shinjuku-ku, Tokyo 163-14 Japan SUBJECT: 58--A)CLIENT COMPUTER (B)LASER PRINTER SOL IPO.08-415 DUE 020397 POC Point of Contact - NTT America, Inc., Head Office, 101 Park Avenue, 41st Floor, New York, NY 10178, 212/661-0810 also NTT America, Inc., Pacific and Western Division 700 E. El Camino Real, Suite #200, Mountain View, CA 94040, 415/ 940-6565 DESC: This public notice is to request suppliers to provide N TT with general referential information on similar products or technology prior to procurement of the intended product (mentioned below) by NTT. This public notice is also to request that any suppliers wishing to participate as a subcontractor in the procurement program of this product should declare their intentions to that effect. This public notice is not intended to guarantee public notification of procurement of the product. (1) Name: (a)Client Computer (b)Laser printer (2) Overview: Computer for client (Windows NT Japanese edition based) and laser output printer (3) Contents of RFI: NTT is inviting the following types of information on a product or technology similar to the above-mentioned system. This is not, however, a request for suppliers to provide proprietary and/or confidential information, (1) Technical information (1-1) Client computer (a) Version and function of Windows NT that can be supplied (b) Hardware specification (c) Future product plans (d) Types and characteristics of data backup equipment and its available media, and measures to cope with the standardization trends (e) Connectable telecommunication lines(INS net/packet communication mode, frame relay, etc.) (f) Types of connectable LAN (g) Printout methods and printer functions (h) Functions to share a printer and its product plans (i) Measures to copes with the $B#V#D#T (J standards (j) Types and functions of application packages that can be loaded (catalog list, etc.) (k) Operational environment (temperature, humidity, etc.) (1-2) Laser Printer (a) Functions available on Windows NT and future supply plan (b) Hardware specifications (c) Future product plans (d) Printing speed per page of A4 size paper (e) Maximum allowable number of papers containable In the sheet feeder, allowable paper weight (grams/quare meter) (f) Available paper size (A4, B5, A5, etc.) and the number of different sizes that can be loaded at one time (g) Operational environment (temperature, humidity, etc.) (2) Market price (3) Standard delivery date after making orders (4) Sales and installation records (5) Your company (IT (Js policy toward technologies to achieve multimedia (6) Other (Any other active proposals that might be helpful for NTT (IT (Js business) (4) Request for Declaration of the Intention of Participating as a Subcontractor: Any suppliers wishing to participate as a subcontractor in the product procurement program of NTT, are requested to supply NTT with the information listed below. After preparing a list of supplied information, NTT will provide the list to suppliers who wish to be provided with it, to those who have responded to the request for supply of the information listed and to those who have purchased the PROCUREMENT DOCUMENTATION relating to procurement of the product. NTT, however, will undertake no responsibilies for any outcomes arising from supply of the list, (i)Name of supplier, (ii)Place of contact (Address, name of the person in charge, telephone number, and fascimile number). (5) Deadline of submission of materials and comments: 3:00 PM, Feb 3, 1997 (Mail must arrive no later than the above date). (6) Language: Japanese or English***** LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-361 SN015463) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--TUBE UNIT SOL F42620-97-Q-24644 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Peggy Frecker/Lfke/[801]777-5817 DESC: Amended, Change solicitation number to F42620-97-R-1005. As a result of this action solicitation F42620-97-Q-24644 is cancelled. CITE: (I-360 SN015451) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--CIRCUIT CARD ASSY SOL F42620-97-R-24701 DUE 021397 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: Item 0001 NSN 5998-01-331-0671WF P/N: 16C0864-817, Replaceable CCA of the ECA. Dim: 5.75 x 4.50 x. 75. Wt: 6 lbs. 81ea. Applicable to: F16 A/B/C/D. Destn: Hill Air Force Base, Ut 84056-5820. Delivery: 31 Mar 97 81 ea Item 0002 data, 1 lot Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 14 Jan 97. To: Precision Logistics Inc, Richmond Ca 94804 4579. To: T M Systems Inc, Bridgeport Ct 06601-9209. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 500 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1,26. CITE: (I-360 SN015453) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Luk, 226 Cochran St, Robins Air Force Base Ga 31098-1622 SUBJECT: 59--SATCOM ANTENNA SOL F09603-97-R-72001 DUE 021497 POC For copy, WR-ALC/PKXOC include mfg code, For additional information contact Donald L. Howard/Luka/912-926-2477 DESC: Item 0001 NSN 5985-01-426-5707SO P/N: 19-430-10P28, DIM: H-8.2"; DIA-15.9"; WT-7.5LBS. MATERAIL: MULTIPLE. FUNC: SATELLITE COMMUNICATION ANTENNA, 240-400 MHZ FREQ RANGE. 24ea. Applicable to: C-130 Satcom Antenna. Destn: Robins Air Force Base Ga 31098-1622. Delivery: 30 MAY 97 24 ea FAX NR 912-926-3360 The approximate issue/response date will be 15 Jan 97. The anticipated award date will be 31 MAR 97. Written procedure will be used for this solicitation. To: Chelton Inc, Lewisville Tx 75067-0976. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. See Note (s) 22. CITE: (I-361 SN015541) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: 66--DC MAGNET COILS SOL N00173-97-Q-0020 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research Laboratory has a requirement for two water cooled DC magnet coils with a mean diameter of 2.2 +/- 0.01 meters, coil cross section of less than 12cm x 12 cm, current rating of 1100 ampheres DC, ampere-turns of 40,000 for 36 turn/coil, water cooling pressure drop of less than 25 psi for 6 gallons/minute flow/coil and 55 degrees F incoming chilled water temperature, coils should be self supporting and wrapped with fiberglass, and epoxy impregnated, also manifold for parallelling cooling paths should be furnished. CITE: (I-361 SN015490) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Road, Morgantown, WV 26505-2888 SUBJECT: 66--FURNISH FIELD PORTABLE X-RAY FLUORESCENCE SPECTROMETER TO THE APPALACHIAN LABORATORY FOR OCCUPATIONAL SAFETY AND HEALTH, MORGANTOWN, WV SOL 97-003 DUE 013197 POC Brenda Goodwin, (304) 285-5882/Contracting Officer, Rex S. Wolfe, (304) 285-5883. DESC: Field Portable X-Ray Fluorescence Spectrometer with the following required features: battery operation with battery recharging capability; detector probe capable of analyzing samples on air filters up to 25mm diameter (47 mm diameter is preferable); ability to detect elements (iron and chromium (primary) and other metallic elements); ability to display spectrum of results; unit sensitivity range of less than .002 mg/cm2 for iron; unit must not require liquid nitrogen for cooling; and unit must be able to transfer collected data to a computer. This procurement is a 100% set-aside for small businesses only. The Standard Industrial Classification (SIC) Code for this requirement is 3829 with a size standard of 500 employees. Requests for the solicitation package must be submitted in writing or faxed to (304) 285-6083. The solicitation will be issued on or about 1/10/97. All responsible sources may submit a bid, which shall be considered by the Agency. CITE: (M-361 SN015525) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: 66--SOLID STATE LASER SOL 848000700011BJ DUE 011797 POC BJ Roberts (303) 497-3799 DESC: The necessary specifications include: 5 Watts output at 532 nm, in pure TEM00 mode, with M-squared measure of 1.2 or less. It is essential that the basic design of the laser system be such that the output power in single mode regime can be increased in the future as the product line evolves: this means the vendor must have already demonstrated at least 8 Watts output from a laboratory model. Slow frequency variations associated with lab vibrations should be acceptable, but higher frequency perturbations such as would be associated mode-jumping and/or with water-immersion cooling and arc lamp pumping would contaminate our experiment and are unacceptable. Consequently it is necessary that the Nd laser material be pumped by a diode laser source(s), to assure high efficiency and thus avoid the requirement for water-immersion cooling. Intensity variations are also extremely important for our OPO experiment, with rms intensity noise to be below 0.1% rms in a bandwidth from 0.1 Hz to 10 MHz. (If vendor's basic laser cannot meet this specification, a user access to the pump diode current shall be provided so that we can ensure the needed intensity stability by our own external servo system. An appropriate port would allow up to 1% diode laser intensity control with 30 MHz control bandwidth and a time delay below 10 nanoseconds.) No RFQ package will be issued. CITE: (I-361 SN015494) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: 66--SOLID STATE LASER SOL 848000700011BJ DUE 011797 POC BJ Roberts (303) 497-3799 DESC: The necessary specifications include: 5 Watts output at 532 nm, in pure TEM00 mode, with M-squared measure of 1.2 or less. It is essential that the basic design of the laser system be such that the output power in single mode regime can be increased in the future as the product line evolves: this means the vendor must have already demonstrated at least 8 Watts output from a laboratory model. Slow frequency variations associated with lab vibrations should be acceptable, but higher frequency perturbations such as would be associated mode-jumping and/or with water-immersion cooling and arc lamp pumping would contaminate our experiment and are unacceptable. Consequently it is necessary that the Nd laser material be pumped by a diode laser source(s), to assure high efficiency and thus avoid the requirement for water-immersion cooling. Intensity variations are also extremely important for our OPO experiment, with rms intensity noise to be below 0.1% rms in a bandwidth from 0.1 Hz to 10 MHz. (If vendor's basic laser cannot meet this specification, a user access to the pump diode current shall be provided so that we can ensure the needed intensity stability by our own external servo system. An appropriate port would allow up to 1% diode laser intensity control with 30 MHz control bandwidth and a time delay below 10 nanoseconds.) No RFQ package will be issued. CITE: (I-361 SN015495) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Mine Safety & Health Administration, Branch of Acquisition Management, POBox 25367, Denver, CO 80225-0367 SUBJECT: 66--TOPOGRAPHIC ABNEY LEVEL W/INTERCHANGEABLE ARCS SOL 97-2 DUE 012197 POC Kathy Viglione, (303) 231-5405. DESC: Mine Safety & Health Administration requires Topographic Abney Levels with two interchangeable arcs. One arc should read 0 to 60 degrees in both directions and percent of grade. One arc should read chainage correction and topographic arc. Sighting tube minimum 6-1/4" long extending to 7-3/8". Index has friction movement for fine adjustment. Level vial must withstand rough conditions and temperature ranges of -20 to +160 degrees fahrenheit. Complete with carrying case w/belt loop. All responsible sources may submit information and specifications on product which meets our requirements. Fax to Kathy Viglione, (303) 231-5545. CITE: (M-361 SN015499) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: 70--COMPUTER SOFTWARE SOL EASC 97-2314 DUE 011097 POC William D. Privott, Contracting Officer, (757) 441-6561/Carrie Houck (757) 441-6648 DESC: Provide Pricing for the Following Software, Manufactured by ESRI of Charlotte, NC, or equal: ArcView MAC Upgrade From 2.1 to 3.0 qty 1 each; ArcView Windows Upgrade From 2.1 to 3.0 qty 4 each: ArcView UNIX Upgrade from 2.1 to 3.0 qty 7 each; Spatial Analyst for Windows qty 6 each; Network Analyst for Windows qty 1 each; Spatial Analyst for UNIX qty 6 each; Network Analyst for UNIX qty 1 each; EWF76 ARC/INFO qty 1 each: EWF80 GRIO qty 1 each; EWV301 ARCVIEW UNIX qty 1 each; EWV330 SPATIAL ANALYST UNIX qty 1 each; EWW301 ARCVIEW WINDOWS qty 1 each; EWW345 SPATIAL ANALYST WINDOWS qty 1 each. Items SHALL be delivered FOB destination to: US DEPARTMENT OF COMMERCE, NOAA, COASTAL SERVICES CENTER, 2234 SOUTH HOBSON AVE., CHARLESTON, SC 29405-2413. DELIVERY IS DESIRED WITHIN 30 DAYS. This is 100% set-aside for small business. The applicable SIC Code for this requirement is 7371. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those effect through Federal Acquisition Circular 90-42. The provision at 52.212-1, Instructions to Offers- Commercial, and 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Offerors are required to submit a completed copy of the provision at 52.212-3,Offeror Representations and Certifications-Commercial Items, with their offer. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items,applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquistion, including the following additional FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.201-10, 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; 52.225-18, European Community Sanctions for End Products. Proposals are to be faxed to (757) 441-3735/(757) 441-3786. Numbered Note 1 applies. EMAILADD: carrie.f.houck@noaa.gov EMAILDESC: CITE: (W-361 SN015477) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: 60TH CONTRACTING SQUADRON, 60 CONSQ/LGC, 350 HANGAR AVE, TRAVIS AFB, CA 94535-2632 SUBJECT: 70--COMPUTER UPGRADES TO 166 PENTIUMS, 20 EACH SOL F04626-96-Q0266 POC Rebecca Drummond (707) 424-7725, Contracting Officer, Josephine Cobb (707) 424-7720. DESC: The proposed acquisition is for labor, parts, materials, transportation to upgrade 20 personal computers. All required components and specifications will be provided. All interested parties must provide zip +4 and their fax number in return address, when requesting a bid package. All inquiries must be submitted in writing either by fax or mail. Issue date on or about 13 Jan 96. Fax number is (707) 424-2712. Telephone requests will not be honored. CITE: (M-361 SN015547) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001 SUBJECT: 99--CONCESSIONAIRE CONTRACT TO OPERATE CHUCKWAGON TRUCKS AT ABERDEEN AND EDGEWOOD AREAS OF ABERDEEN PROVING GROUND, MD. SOL NAFDA2-97-R-0514 DUE 022897 POC Contract Specialist Sherri Comer (410) 278-0867 (Site Code DAAD05) DESC: Concessionaire shall provide supplies, equipment and labor necessary to operate a minimum of two (2) catering trucks, one (1) in the Aberdeen area and one (1) in the Edgewood area of Aberdeen Proving Ground. Concessionaire agrees to pay a concession ee (a percentage of gross revenue) to the Post Restaurant Fund for each year of performance. Period of performance is from 1 May 97 through 30 April 98 plus four one year options. The opening/closing date above is estimated. No telephone requests, only writen or facsimile (410-278-0904/0905) requests will be accepted. CITE: (I-361 SN015530) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD AVE, ANNISTON AL 36201-4199 SUBJECT: 99--NON-PERSONAL SERVICES: PROVIDE MAINTENANCE ON IBM MAINFRAME PERIPHERAL COMPUTER EQUIPMENT. SOL DAAC01-97-Q-0045 DUE 011397 POC Purchasing Agent ROCHELLE PRESTON (205) 235-6528 Contracting Officer JANICE L NORTON (205) 235-6629 (Site Code DAAC01) DESC: Non-Personal Services: Provide maintenance on IBM Mainframe Peripheral Computer Equipment for base and two - one year (12) month options. Base will be for eighteen (18) months to begin on 1 Oct 97 thru 31 Mar 98. Option year number 1 to begin 1 Apr 9 thru 31 Mar 99, option year number 2 to begin 1 Apr 99 thru 31 Mar 2000. Includes preventive and remedial maintenance services. Quotes for less than all items will not be acceptable. The equipment is located at Anniston Army Depot, Bynum, Al. All responsile business sources may submit a quote which will be considered. Request for equipment listing/description/specifications must be in writing and may be datafaxed to AC (205) 235-6353. Telephone requests will not be acknowledged. CITE: (I-361 SN015531) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: A--MEGA DATA TRANSFER CARTRIDGE/PROCESSOR CNT F42620-97-C-0026, F42620-96-R-65197 AMT $2,181,270 DTD 122496 TO Fairchild Defense, 20301 Century Blvd, Germantown Md 20874-1182 CITE: (I-360 SN015449) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121 SUBJECT: C--DESIGN SERVICES FOR THE NEW COMPREHENSIVE HEALTH CARE FACILITY @ WINNEBAGO, NE, PROJECT #AB9OW119H7 POC Judi M. Jzyk, Contracting Officer, 206/615-2025 CNT 102-97-0001 AMT $1,507,739 DTD 102496 TO Wyatt/Rhodes, Inc., 3820 North Third Street, Phoenix, AZ 85012-2092 CITE: (W-361 SN015528) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: C--INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURE AND GENERAL ENGINEERING SERVICES POC Gwendolyn V. McBride, Contract Specialist, 215-656-6774 CNT DACW61-97-D-0002 AMT NTE $500,000.00 LINE N/A DTD 122496 TO Ocean Surveys, Incorporated, 91 Sheffield Street, Old Saybrook, Connecticut 06475 CITE: (W-361 SN015540) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DHHS/National Institute on Alcohol Abuse and Alcoholism, Contracts Management Branch,Willco Building, Suite 504, 6000 Executive Boulevard, MSC 7003, Bethesda, Maryland 20892-7003 SUBJECT: D--ENHANCEMENT AND SUPPORT OF SPIRIT SOFTWARE CNT AA-97-02 AMT $49,630 LINE N01AA71003 DTD 121896 TO AI Resources, Inc., 324 Rossiter Avenue, Baltimore, Maryland 21212 CITE: (I-361 SN015514) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Director, Strategic Systems Programs, 1931 Jefferson Davis Hwy., Arlington, VA 22202-3518 SUBJECT: J--TECHNICAL ENGINEERING SERVICES FOR THE TRIDENT II (D5) LAUNCHER SUBSYSTEM AND THE LAUNCHER BACKFIT PROGRAM POC Gerald F. Miskelly, SPN-60 (703) 607-5361. CNT N00030-97-C-0001 AMT $49,159,587.00 LINE 0001-0003 DTD 121396 TO Northrop Grumman Marine Systems, 401 E Hendy Avenue, Sunnyvale, California 94088-3499 CITE: (M-361 SN015522) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: J--HARPOON REPAIRS POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac Sims Jr., (314) 232-4204. CNT N00019-94-G-0164 JZ4C AMT $47,000.00 LINE 0001 DTD 090996 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-361 SN015557) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: J--HARPOON REPAIRS POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac Sims Jr., (314) 232-4204. CNT N00019-94-G-0164 JZ3U AMT $351,054.00 LINE 0001 DTD 081696 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516 CITE: (M-361 SN015562) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: J--HARPOON REPAIRS POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac Sims Jr., (314) 232-4204. CNT N00019-94-G-0164 JZ3H AMT $60,072.00 LINE 2101 DTD 071896 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-361 SN015583) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: L--TECHNICAL REPRESENTATION SERVICES POC Jim Stafford, (314) 233-9156, Contracting Officer, Gary J. Dobos, (314) 233-9136. CNT N00019-94-G-0164 JZ5G AMT $237,829.00 LINE 4611 DTD 093096 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516 CITE: (M-361 SN015561) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: L--TECHNICAL REPRESENTATION SERVICES POC Jim Stafford, (314) 233-9156, Contracting Officer, Monica Proehl, (314) 232-8682. CNT N00019-94-G-0164 JZ3A AMT $83,000.00 LINE 3911 DTD 070996 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-361 SN015582) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Cancer Institute, Research Contracts Branch, OC 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222 SUBJECT: R--SUPPORT FOR DIRECTOR'S CONSUMER LIAISON GROUP PLANNING COMMITTEE MEETING OFFICE OF LIAISON ACTIVITIES OFFICE OF CANCER UNICATIONS NATIONAL CANCER INSTITUTE POC David M. Keefer, Contracting Officer 301/496-8628. CNT 263-mq-709185 AMT $39,890.00 LINE N/A DTD 122496 TO Palladian Partners Inc., Ste 440W, 7315 Wisconsin Ave, Bethesda, MD 20814 CITE: (I-361 SN015488) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il 60018 SUBJECT: S--AWARD OF JANITORIAL CONTRACT, FEDERAL AVIATION ADMINISTRATION, AIR ROUTE TRAFFIC CONTROL CENTER, INDIANAPOLIS, IN. POC Contact Lisa Lester, Contracting Officer, AGL-72A, at (847) 294-7320. CNT DTFA14-97-C-33848 AMT $112,250.97 LINE N/A DTD 010197 TO Janitors & Maids of America Services, Inc., 4002 N. Cornelius Ave., Indianapolis, IN 46208 CITE: (I-361 SN015487) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge, Facilities Contracting Department, Navy Public Works Center, Portsmouth Division, Norfolk Naval Shipyard, Building 492, Portsmouth, Virginia 23709-5000 SUBJECT: S--GROUNDS MAINTENANCE AT THE NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA 23709-5000 POC Diana Ferrer, (757) 396-2460, J.K. Bailey, Contracting Officer, (757) 396-2460. CNT N00187-95-D-8732 AMT $797,844.02 (Estimated) LINE Line Items 0001 through 0002 DTD 121296 TO Lee's Contracting Services, Inc., 3318 Bainbridge Boulevard, Chesapeake, Virginia 23324 CITE: (M-361 SN015498) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 SUBJECT: S--MAINTENANCE CLEANING SERVICE OF DUCTWORK, VENTS, DIFFUSERS AND REGISTERS AT NAVAL INVENTORY CONTROL POINT, MECHANICSBURG, PA POC P.K. Green (717) 790-4665, FAX (717) 790-2579/Contracting Officer, C.A. Hall (717) 790-6238. CNT N62472-96-D-4193 AMT $68,825.75 LINE 0001 DTD 112796 TO Advance Environmental Services, P.O. Box 176, Rockwall, TX 75087 CITE: (M-361 SN015508) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: T--T--REPLICATION SERVICES POC Susan Afuso, (808) 474-2397 Ext. 220, Contract Specialist, Robert S. Kay, Contracting Officer CNT N00604-97-D-0016 AMT $52,515 LINE 0001 DTD 122496 TO Imation Enterprises Corp, 1425 Parkway Drive, Menomonie, WI 54751 CITE: (I-360 SN015459) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: St. Louis Regional Printing Procurement Office, U.S. Government Printing Office, 815 Olive St., Room 328, St. Louis, MO 63101-1597 SUBJECT: T--PRINTING POC Russ Woodmancy, (314) 241-1707; Contracting Officer Lorraine Horton. CNT Program 2629-S AMT $385,732.00 DTD 111296 TO Astraltech Americas Inc., 5400 Broken Sound Blvd., Boca Raton, FL 33487. CITE: (M-361 SN015519) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Philadelphia Regional Printing Procurement Office, U.S. Government Printing Office, Southhamption Office Park, Suite A-190, 928 Jaymore Road, Southamption, PA 18966 SUBJECT: T--OFFSET PRINTING CNT Program 2246-S AMT $57,828.85 DTD 121896 TO Huggis Printing Co., 29th & Sycamore Sts., Harrisburg, PA 17111 CITE: (M-361 SN015548) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry Drive, West Haven, CT 06516 SUBJECT: V--AMBULANCE SERVICES POC Mark Phillips, 203-937-3086 CNT V689P-2426 AMT $338,304 LINE 2 DTD 121696 TO Danbury Ambulance, 14 Walnut Street, Danbury, CT 06811 CITE: (I-361 SN015564) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad Ave, Boulder City, NV 89005-2422 SUBJECT: Y--THREE-FINGER LAKE PROJECT, PHASE II - CIBOLA AREA, ENDANGERED SPECIES PROGRAM, CALIFORNIA POC Sonja Poindexter, Procurement Technician, 702-293-8569 CNT 1425-7-CC-30-11590 AMT $337,062 DTD 122496 TO Royden Construction Company, 3423 S. 51st Avenue, Phoenix AZ 85043 CITE: (W-361 SN015496) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 30 CONS/LGCCB, Bldg 7015, Section 2A, 806 13th Street, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: Y--REPLACE MILITARY FAMILY HOUSING, PHASE IV POC Claudia McMorris, Procurement Technical, (805) 734-8232 ext. 6-3758, Cora L. Armstrong, Contract Specialist (805) 734-8232, ext 6-8376. Charles Painter, Contracting Officer, (805) 734-8232, ext 6-5002. CNT F04684-97-C0008 & F04684-97-B0001 AMT $15,486,936.00 LINE Clin 0001-0006 DTD 121396 TO Harper Nielsen Dillingham Builders Inc, 2241 Kettner Blvd, Suite 300, San Diego, CA 92101, (619) 233-7900. CITE: (M-361 SN015518) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: VA Medical Center, Acquisition & Materiel Management Service, 2250 Leestown Road, Lexington, KY 40511-1093 SUBJECT: Z--COMPLETE FIRE SPRINKLERS POC Contact Point, Angie S. Napier, (606)281-3955, Contracting Officer, Joyce L. White, (606)281-3954, FAX (606)281-3971 CNT V596C-976 AMT $464,100 LINE N/A DTD 122396 TO Landmark Sprinkler, Inc., 2317 Old Frankfort Pike, Lexington, KY 40510 CITE: (I-361 SN015491) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 750 CONF/LGCC, Onizuka Air Station, 1080 Lockheed Way Box 039, Sunnyvale CA 94089-1234 SUBJECT: Z--REPAIR ROOF BUILDING 1001, PHASES II AND III, ONIZUKA AIR STATION, CA POC SSgt Lillian G. Minor, Contracting Specialist, Patricia D. Thompson, Contracting Officer, (408) 752-3057. CNT F04689-97-C-Q001 AMT $842,000.00 DTD 111596 TO Universal Coatings, 5449 E. La Mona Ave., Fresno, CA 93727. CITE: (M-361 SN015502) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Building 5 (097), WPNSTA CHASN, 2316 Red Bank Road, Suite 100, Goose Creek, SC 29445-8601 SUBJECT: Z--INDEFINITE QUANTITY FOR RAILROAD REPAIR, NAVAL WEAPONS STATION, CHARLESTON, SC CNT N62467-96-D-4463 AMT $1,077,700.00 LINE 0001 DTD 121296 TO STX Corporation, P.O. Box 2915, Peachtree City, GA 30269 CITE: (M-361 SN015505) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contrcts, PCS Box 80006, Cherry Point, North Carolina 28533-0006 SUBJECT: Z--CONTRACT N62470-96-C-5830, REPAIRS TO BOQ 496 AND BOQ 497, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA CNT N62470-96-C-5830 AMT $1,477,500.00 DTD 121396 TO C.B.C. Enterprises, Inc., 4535 E. Princess Anne Road, Norfolk, Virginia 23502 CITE: (M-361 SN015523) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, NAVFAC Field Office, NAS Whiting Field, Milton, FL 32570-6159 SUBJECT: Z--MAINTENANCE AND REPAIR OF MILITARY FAMILY HOUSING AT NAS WHITING FIELD, MILTON, FL POC Ms. Mary Charles Parker, Contracting Officer, (904) 623-7602, Ext. 24. CNT N62467-96-D-3129 AMT $401,582.11 LINE 0001-0013 DTD 121896 TO JWK International Corporation, 7617 Little River Turnpike, Suite 1000, Annandale, VA 22003 CITE: (M-361 SN015550) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 SUBJECT: Z--REPAIR AIRFIELD LIGHTING, NELLIS AFB NV POC SrA Craig LaVere, Contract Specialist, (702) 652-9337. CNT F26600-97-CC001 AMT $1,187,000.00 LINE 0001AA,0001AB,0002AA,0002AB DTD 122696 TO Cal Electro Inc 3707 Electro Way Redding CA 96002 CITE: (I-361 SN015576) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: 14--HARPOON SPARES POC 96-0043 CNT N00019-94-G-0164 JZ4G AMT $1,139,637.85 LINE 0110 DTD 092396 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-361 SN015556) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: 14--HARPOON SPARES POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac Sims Jr., (314) 232-4204. CNT N00019-94-G-0164 JZ5C AMT $165,738.00 LINE 0110 DTD 111496 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516 CITE: (M-361 SN015558) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: 14--HARPOON SPARES POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac Sims Jr., (314) 232-4204. CNT N00019-94-G-0164 JZ4Y AMT $384,804.00 LINE 0110 DTD 093096 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-361 SN015581) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC BOX 8018, Cherry Point, NC 28533-0018 SUBJECT: 16--PLATE AND INSULATOR POC Debora Berget, (919) 464-7766, Contracting Officer, Cherie Daniels, (919) 466-7504. CNT N00146-97-M-N033 AMT $33,055.00 LINE 0001 thru 0002 DTD 121396 TO D G Airparts Inc, 501 JUANITA DRIVE, JACKSONVILLE, OR 97530. CITE: (M-361 SN015500) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: ATCOM, Attn: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St. Louis, MO 63120- 1798 SUBJECT: 16--YOKE ASSY, LANDING G POC Gary Twyford, Procurement Technician, 314-263-0608 -- or Daniel J. Fuller, Contracting Officer, 314-263-2555 -- FAX: 314-263-9012. CNT DAAJ09-97-C-0037 AMT $118,040.00 LINE 0001AA AND 0002 DTD 121896 TO S and L Metal Products Corp 58-29 57th Dr. Maspeth, NY 11378 CITE: (I-361 SN015569) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U. S. Army ATCOM, ATTN: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 SUBJECT: 16--BELLCRANK ASSEMBLY, NSN: 1615-01-158-9658, P/N 70400-08150-045, 333 EACH POC Carla Bean, Contract Specialist, (314) 263-0802 or Daniel Fuller, Contracting Officer, (314) 263-2555. CNT DAAJ09-96-Q-1634 DAAJ09-93-G-0017, 0203 AMT $607,725.00 LINE 0001AA AND 0001AB DTD 122396 TO Sikorsky Aircraft Corporation, 6900 Main Street, Stratford, CT 06497- 9129 CITE: (I-361 SN015573) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Directorate Of Contracting/Bldg 1289 Se, Oo-Alc/6038 Aspen Avenue, Hill Air force Base, Ut 84056-5805 SUBJECT: 47--HOSE ASSY --4720000906397AH CNT F42610-97-M-0020, FD2020-97-R-25262 AMT $77,035 DTD 121996 TO Missile Systems Inc, 14336 Sw Indianola Road, Augusta Ks 67010-7640 CITE: (I-360 SN015448) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 61--POWER DISTRIBUTION EQUIPMENT SOL 7FXI-E5-96-6109-3 POC Kay Nelson 817 978-2491 CNT GS07F9413G AMT $125,000.00 DTD 121396 TO Centennial electrical supply Co. 5180 Peachtree Rd. chamblee, GA CITE: (I-360 SN015460) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: U.S. Agency for International Development, (USAID), Mission to Jordan, Unit 70206, APO AE 09892-0206 SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT POC Celeste Fulgham, Regional Contracting Officer, USAID/Jordan, Tel. 962- 6-820101, Ext. 2654, Fax 962-6-820143. CNT Contract No. 278-C-00-97-00010-00 AMT $1,300.00 LINE REFRACTOMETER DTD 122696 TO Emerland Corporation, P.O. Box: 950633, Amman 11195 Jordan, Tel. 9626- 644325, Fax: 9626-644324 CITE: (I-361 SN015484) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: U.S. Agency for International Development, (USAID) Mission to Jordan, Unit 70206, APO AE 09892-0206 SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT POC Celeste Fulgham, Regional Contracting Officer, USAID/Jordan, Tel. 962- 6-820101, Ext. 2654, Fax. 962-6-820143. CNT Contract No. 278-C-00-97-00011-00 AMT $13,716.00 LINE BABY WEIGHING SCALE DTD 122696 TO H.K. Schueler International Ltd., 432 Park Avenue South, New York, NY 10016-8013, Tel. 212-725-5800, Fax 212-725-2260 CITE: (I-361 SN015485) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: U.S. Agency for International Development, (USAID), Mission to Jordan Unit 70206, APO AE 09892-0206 SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT POC Celeste Fulgham, Regional Contracting Officer, USAID/Jordan, Tel. 962- 6--820101, Ext. 2654, Fax 962-6-820143. CNT Contract No. 278-C-00-97-00012-00 AMT $988,305.00 LINE N/A DTD 122696 TO ORASCOM OF AMERICA, 1001 N. 19th Street, Arlington, Virginia 22209, Tel. 703-358-8800, Fax 703-358-8808 CITE: (I-361 SN015486) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--TAN/SAND DISPOSABLE PAPER CUPS SOL 7FXI-D4-96-7357-N POC Frank Lioce 817 978-4544 CNT GS07F90990 AMT $855,360.00 DTD 122096 TO James River paper company, Inc. 800 Connecticut Ave. Norwalk, CT 06856 CITE: (I-360 SN015461) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--DECORATION SET, JOINT SERVICE ACHIEVE- SOL SP0100-97-Q-4045 CNT SP0100-97-M-EA92 AMT $54,230.00 LINE 0001AA DTD 122696 TO Green IRA Inc 177 Georgia Ave Providence RI 02905 CITE: (I-361 SN015465) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: 89--OPERATE, REPAIR, MAINTAIN & TEST WASTE WATER & LAND APPLICATION SYSTEMS, WAPPAPELLO LAKE, WAPPAPELLO, MISSOURI POC Contracting Officer, JOAN F. SCHICK, (314) 331-8505 (Site Code DACW43) CNT DACW43-97-C-0404 (Solicitation No. DACW43-96-B-0251) AMT $49,419 DTD 121996 TO JERRY D HILL, 10336 DEPOT ST, BERNIE, MO 63822 CITE: (I-361 SN015529) [Commerce Business Daily: Posted December 25, 1996] [Printed Issue Date: December 30, 1996] PART: SPECIAL NOTICES SUBJECT: N/A DESC: In regard to the ICBM Intergration Contract the ICBM SPO will brief Industry on TRW SE/TA effort 8 Jan 97, 0800-1200, Bldg 1258 room 1. There is no limit on attendees at this time. Please fax a list of your attendees to Charlotte Dayton, (801)775-2194, NLT close of business 3 Jan 97. If there is a limit on attendees a notice will be put on the Hill RFPSO Web Page by 6 Jan. Web page http://farsite.hill.af.mil/rfpso/rfpsohom.html. CITE: (I-360 SN015455) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: SPECIAL NOTICES SUBJECT: SONOBUOY INDUSTRY BRIEF ON 1/29/97 DESC: PMA-264 will be hosting a sonobuoy industry brief on 1/29/97. This industry brief will be held at General Scientific Corp. conference room. General Scientific Corp. is located in the Crystal Gateway Office Complex, Suite 1410, 1215 Jefferson Davis Hwy., Arlington, VA. Questions concerning this industry should be directed to AWCS Dave Devarney at (703)604-2424. SECURITY CLEARANCES ARE REQUIRED. Questions concerning submission of security clearances should be directed to AWCS Dave Devarney (see above) or Rosalind Marshall at (703)416-8810. CITE: (I-361 SN015489) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: SPECIAL NOTICES OFFADD: Defense Logistics Agency, Defense Supply Center, Columbus, P.O. Box 16704, Columbus, OH 43216-5010 SUBJECT: SMART WEAPONS TRAINING COURSE POC Defense Supply Center, Columbus, ATTN: DSCC-PLI/Paul Recklau, P.O. Box 16704, Columbus, OH 43216-5010. DESC: The Guidance and Control Information Analysis Center (GACIAC) will conduct a three-day Smart Weapons Training Course at STRICOM in Orlando, FL on January 22-24, 1997; at Redstone Arsenal, AL on February 11-13, 1997; and at Colorado Springs, CO on March 18-20, 1997. Army, Air Force, and Navy smart weapon systems fielded or under development will be covered. The course is sponsored by the AMC Smart Weapons Management Office (AMC-SWMO) and the Defense Technical Information Center (DTIC), and taught by the GACIAC contractor, IIT Research Institute. This seminar will provide a single source of information on specific U.S. and foreign smart weapons, to include their development status, system description, performance characteristics, and effectiveness. The full gamut of U.S. smart weapon systems will be covered, to include direct fire, indirect fire, aviation-launched and ship-launched missiles, rockets, projectiles, and submunitions. Army systems covered include Dragon, Javelin, TOW, STAFF, WAM, Stinger, Hellfire, Copperhead, Longbow, SADARM, BAT, AND ATACMS. Air Force systems discussed include AMRAAM, Maverick, Raptor, GBUs, JDAM, and SFW. Navy systems covered include Penguin, JSOW, HARM, Harpoon, SLAM, and Tomahawk. Information will be provided on technology base systems and future concepts, to include smart mortar, EFOG-M, Damocles, and LOCAAS powered submunitions. Selected foreign smart systems will be discussed, to include ATGMs, mines, projectiles, rockets, bombs, and missiles. Future requirements and opportunities will be addressed, including digitization, joint operations/requirements, and future smart weapon trends. This course will benefit project managers, materiel developers, service and major command staff officers, systems analysts, industry marketeers, and engineers interested in gaining an understanding of critical weapons-related systems, subsystems, and technologies. The seminar is classified at the SECRET level (U.S. citizens only). Attendance is limited to 35 students, and similar seminars conducted last year were quickly filled. To insure a place in the seminar, please forward your registration ($995/government , $1495/industry) and Visit Request as soon as possible. For additional details (or to discuss an on-site seminar at your facility), contact the seminar coordinator, Ms. Jeri McAllister, at IIT Research Institute in Huntsville, AL (205) 880-0884, by fax at (205) 880-0886, or by e-mail: iitri@iquest.com. CITE: (M-361 SN015506) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: SPECIAL NOTICES OFFADD: American Defense Preparedness Association, Dedicated to Peace with Security through Defense Preparedness, Two Colonial Place, 2101 Wilson Boulevard, Suite 400, Arlington, Virginia 22201-3061, (703) 522-1820, FAX (703) 522-1885. SUBJECT: MUNITIONS TECHNOLOGY SYMPOSIUM IV AND STATISTICAL PROCESS CONTROL CONFERENCE DESC: February 10-12, 1997, John Ascuaga's Nugget, Reno, Nevada. Following a one year hiatus of the Munitions and SPC conferences, this Conference will include separate, yet concurrent technical sessions of the SPC and Munitions groups. The theme for this year is "Challenges and Opportunities in the Global Defense Environment". The overall objective of the conference is the exchange of technical information and ideas for the advancement of ammunition and manufacturing related technology. The Keynote Speaker will be Mr. Anthony J. Melita, Assistant Deputy Director, Strategic and Tactical Systems, Munitions, Office of the Undersecretary of Defense (Acquisition and Technology). For a copy of the brochure, contact ADPA at (703) 522-1820 or FAX (703) 522-1885 and refer to meeting #764. CITE: (M-361 SN015553) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 30, 1996] PART: SPECIAL NOTICES SUBJECT: D--G-7 INFORMATION SOCIETY SME PROJECT DESC: The National Institute of Standards & Technology (NIST) has been designated by the G-7 as coordinator of theme 10, sub-theme 3, "testbeds for electronic data interchange/electronic commerce." NIST intends to purchase services as "Head of Delegation" of the G-7 Information Society Small and Medium-sized Enterprises (SME) Project. The project has electronic interchange of global information projects of importance to NIST/Information Technology Labratory. The project is driven by the explicit needs of SMEs, and builds on existing activities and organizations to the extent that this is possible. It supports initiatives aimed at filling the SME information gap, promotes the use of electronic information networks by SMEs, and encourages the private sector to develop and demonstrate interoperable electronic collaborative working marketing a trade that will rapidly and significantly increase efficiency and global trade. NIST intends to purchase these services on a sole source basis in accordance with FAR 6.302-1 from Mr. James A. Johnson, Rockville MD. Required services include: Monitor, manage, and lead the G-7 Electronic Commerce SME work for the United States; ensure progression of registration of SME Electronic Commerce testbeds/pilot projects; review all G-7 testbeds/pilot project submissions and thus ensure accuracy and validity; coordinate with the Contracting Officer's Technical Representative (COTR) to ensure adequate management of SME Electronic Commerce Registration; provide preliminary planning and support in preparation for U.S. representation and participation at the G-7 Electronic Commerce working group and the summit on Electronic Commerce to be held in Bonn, Germany, in April 1997; answer public inquiries on the SME Electronic Commerce Theme 10, sub-theme 3. Period of performance is date-of-award through October 31, 1997. Option period covers the period of November 1, 1997 through July 31, 1998. This notice of intent is not a request for competitive proposals. Responses received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall contain sufficient documentation to establish a bonafide capability to fullfill the requirements. 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. A solicitation is not available. See Numbered Note 22. EMAILADD: contract@mailserver3.nist.gov EMAILDESC: CITE: (W-361 SN015559)