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

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Advanced Research Projects Agency (DARPA), Contracts
  Management Office (CMO), 3701 N. Fairfax Dr., Arlington VA
  22203-1714
SUBJECT: A -- METHODS AND TOOLS FOR PERFORMANCE MODELING, MEASUREMENT,
  ANALYSIS, EVALUATION AND PREDICTION
SOL BAA97-12
DUE 021197
POC Dr. Frederica Darema, DARPA/ITO, FAX: (703)522-7161.
DESC: DARPA is sponsoring a competition to address research directions
  in performance methods and tools for modeling, measurement,
  analysis and evaluation of parallel and networked systems,
  and the applications executing on such systems. We use the
  term Performance Technology for this research thrust. There
  are in development, at any given time, future generations of
  advanced computing and information systems driven by the needs
  of applications of the highest leverage for science and education,
  national security, and national economic competitiveness. Realization
  of the benefit from these systems requires that they perform
  with high efficiency on high-end resource-intensive applications.
  Effective integration of enhanced capabilities of measuring,
  modeling, analyzing, and predicting the performance of computing
  systems into the hardware and software design process could
  lead to substantial decrease in the development time of future
  advanced computing systems and increase the effectiveness of
  these systems when they are delivered. Future advanced computing
  systems will be actualized by distributed/networked systems
  (heterogeneous processors, metacomputing systems) embodying
  parallel architectures and complex memory hierarchies, continuing
  the trend seen in today's high-end systems. Many factors affect
  the performance of such complex systems and the applications
  executing on them. These include the processor and hardware
  system architecture, the network architecture, various system
  software components, and the mapping of end-user applications
  and their algorithms to the architecture. There exists an array
  of isolated modeling and simulation methods and tools, aimed
  to understand the behavior of isolated components in these
  systems. The methods and tools range from queuing models to
  instruction-driven simulators. However, the existing methods
  do not have the capability to provide the well-defined hierarchical
  structuring needed to model systems of the level of complexity
  under consideration. To understand the behavior of such systems,
  substantial improvements in the current methods and tools are
  needed to measure, model, and analyze computer systems, at
  all levels (from the application, to the software, to the hardware
  level), and to develop a performance framework to permit analysis
  of the entire system. Major technical challenges include the
  development of multilevel methods and tools (application and
  application-enablers levels, system software, and hardware
  levels, including the network levels ), hierarchical or multiscale
  approaches (multiple levels of resolution for components at
  each level), and scalable approaches to modeling the behavior
  of the entire system, or the behavior at each level as affected
  by behavior of components in the other levels, and how the
  behavior of these components or the system scales as one moves
  from the present prototype to the future machine. The DARPA
  supported efforts in ECAD for multilevel modeling and design
  methods at the device, chip, and board levels have contributed
  to major advances in the design of such components. The present
  thrust is intended to enable equivalent capabilities at the
  computing system levels above the device and chip levels. This
  competition is aimed to foster research for developing performance
  methodologies that have predictive as well as evaluation capabilities.
  In particular, we are interested in methods that provide hierarchical
  or multilevel analysis of such systems, enable assessment of
  the effects of individual hardware and software layers and
  components of the systems, and have predictive capabilities
  in terms of scaling of the applications or the systems. Various
  approaches to developing tools that implement such modeling
  methods will be pursued. This competition will seek concept
  studies that lead towards the development of a layered, multi-level,
  scalable performance engineering capability spanning applications,
  systems software, and hardware. The development of this capability
  requires advances in the following areas: 1. FUNCTIONAL SPECIFICATION
  METHODS. The ability to create performance modeling methods
  and models, and validate such, at all levels of applications,
  systems software, and hardware in a coherent fashion that will
  allow coupling and integration. 2. MODEL VALIDATION AND INTEGRATION.
  The ability to create and validate models at multiple levels
  of detail and to construct total system models involving multiple
  levels of resolution without significant loss of accuracy.
  3. MEASUREMENT AND ABSTRACTION. The ability to measure really
  complex systems and to produce meaningful and useful abstractions
  from those measurements. 4. PERFORMANCE SPECIFICATION LANGUAGES.
  Definition of the needed interfaces and a performance specification
  language for enabling interoperability of tools at the different
  system levels and different resolution levels. Some applications
  by which this research may be motivated and driven include
  at least the following: A. Design and validation of the technologies
  developed under the QUORUM, Active Nets, and Evolutionary Design
  of Complex Software DARPA programs. B. Adaptive "on the fly"
  control of application execution in large-scale meta-computing
  systems. C. Performance evaluation of future systems whose
  performance meets the needs of the most demanding DoD applications.
  Additional information may be found in the report on the DARPA/NSF
  Workshop on Performance, September 19-20, 1996, which is expected
  to appear on the web in the near future. Contact the administrative
  address for details. AWARDS SCOPE: Proposed research should
  investigate innovative approaches and techniques that lead
  to or enable revolutionary advances in the state-of-the-art.
  Specifically excluded is research which primarily results in
  evolutionary improvement to the existing state of practice
  or focuses on a specific system or hardware solution. This
  competition seeks to foster multidisciplinary collaboration
  of researchers in languages, compilers, problem solving environments,
  computer architects and networking researchers who will develop
  fundamentally new approaches and will implement these ideas
  on prototype performance frameworks and novel tools, NOT mere
  enhancements of existing tools. It is expected that proposed
  methods and ideas will be well developed and substantiated
  by implementation of the performance frameworks. Several such
  multidisciplinary projects will be selected to be funded for
  three years, commencing in Fiscal Year 1997. The awardees are
  expected to present a status report at an appropriate forum
  in the November 1997 - April 1998 time frame. Since we are
  seeking methods and tools that analyze system behavior as well
  as multilevel analysis, interaction among researchers in relevant
  sub-areas is considered essential. GENERAL INFORMATION: Proposers
  must submit an original and six copies of full proposals by
  4:00 PM (ET), Tuesday, February 11, 1997, in order to be considered.
  Proposers must obtain a pamphlet, BAA 97-12 Proposer Information,
  which provides further information on the areas of interest,
  submission, evaluation, funding processes, and full proposal
  formats. This pamphlet may be obtained by fax, electronic mail,
  or mail request to the administrative contact address given
  below, as well as at URL address http://www.ito.darpa.mil/Solicitations.html.
  Proposals not meeting the format described in the pamphlet
  may not be reviewed. This Commerce Business Daily notice, in
  conjunction with the pamphlet BAA 97-12 Proposer Information,
  constitutes the total BAA. No additional information is available,
  nor will a formal RFP or other solicitation regarding this
  announcement be issued. Requests for same will be disregarded.
  The Government reserves the right to select for award all,
  some, or none of the proposals received. All responsible sources
  capable of satisfying the Government's needs may submit a proposal
  which shall be considered by DARPA. Historically Black Colleges
  and Universities (HBCU) and Minority Institutions (MI) are
  encouraged to submit proposals and join others in submitting
  proposals. However, no portion of this BAA will be set aside
  for HBCU and MI participation due to the impracticality of
  reserving discrete or severable areas of this research for
  exclusive competition among these entities. Evaluation of proposals
  will be accomplished through a scientific review of each proposal
  using the following criteria, which are listed in descending
  order of relative importance: (1) overall scientific and technical
  merit, (2) potential contribution and relevance to DARPA mission,
  (3) offeror's capabilities and related experience, (4) plans
  and capability to accomplish technology transition, and (5)
  cost realism. All administrative correspondence and questions
  on this solicitation, including requests for information on
  how to submit a proposal to this BAA, must be directed to one
  of the administrative addresses below by 4:00 PM, February
  4, 1997, e-mail or fax is preferred. DARPA intends to use electronic
  mail and fax for some of the correspondence regarding BAA 97-12.
  Proposals may not be submitted by fax or email, any so sent
  will be disregarded. The administrative addresses for this
  BAA are: Fax: 703-522-7161 Addressed to: DARPA/ITO, BAA 97-12,
  Electronic Mail: baa9712@darpa.mil, Electronic File Retrieval:
  http://www.ito.darpa.mil/Solicitations.html, Mail:DARPA/ITO,
  ATTN: BAA 97-12, 3701 N. Fairfax Drive, Arlington, VA22203-1714.
CITE: (I-348 SN012154)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--DEFENSE PRODUCTION ACT (DPA) INDIUM POSPHIDE WAFERS
  (INP)
SOL BAA-97-01-MTPD
DUE 011597
POC Mary Jones, Contract Negotiator,  WL/MPTD (937) 255-4427;
   Willa Eichelman, WL/MPPD, (937) 255-9665
DESC: The original BAA which was published 16 December 1996 is
  amended as follows:  Proposal response date is changed from
  8 Jan 97 to 15 Jan 97.  Under Preparation Instructions add
  (5)Preparation Cost:  This announcement does not commit the
  Government to pay for any response preparation cost.  The cost
  of preparing proposals in response to this BAA is not considered
  an allowable direct charge to any resulting or any other contract.
   However, it may be an allowable expense to the normal bid
  and proposal indirect cost as specified in FAR 31.205-18. 
  In paragraph E.  Basis for award (5) (b) should read as follows:
   Amount and quality of cost share dollars proposed.  No other
  evaluations criteria will be used.  The technical and cost
  information will be evaluated at the same time.  The Air Force
  reserves the right to select for award of a contract, any,
  all part or none of the proposals received.  Paragraph F. Points
  of Contact should read as follows:  The Contracting Point of
  Contact is Ms. Mary Jones, Wright Laboratory, Manufacturing
  Technology Directorate, Processing and Fabrication Division,
  Defense Production Act Branch, WL/MTPD, Wright-Patterson AFB
  OH 45433-7605, (937) 255-4427. 
CITE: (W-351 SN012375)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA, Johnson Space Center, BJ232, Houston, TX 77058
SUBJECT: A--REQUEST FOR COMMENT FOR UPDATED SOW FOR OUTSOURCING
  OF INFORMATION TECHNOLOGY SUPPORT FOR THE JOHNSON SPACE CENTER.
SOL 9-BJ23-06-6-17M
DUE 121396
POC Contract Specialist: Judith A. Sparks, (281) 483-4152 Contract
  Officer: Ronald Johnson, (281) 483-4164
DESC: This modification is issued for the purpose of requesting
  comments from interested parties on the updated draft statement
  of work. Using client browsers, such as MOSAIC or NETSCAPE,
  interested parties may locate the homepage at "http://www.jsc.nasa.gov/itc".
  Industry comments are again requested to assist the Government
  in improving the SOW structure. Offerors are invited to respond
  via electronic mail or hardcopy to Judith A. Sparks at NASA/JSC,
  mail code BJ232, Houston, TX 77058. Initial comments are requested
  by January 15, 1997. Offerors are encouraged to continue monitoring
  the homepage location for continuing information.
CITE: (I-351 SN012450)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Elektrocieplownia "Torun" SA, Contact: Dr. Andrzej Jeziorski,
  = Director ul. Ceramiczna 6, 87-100 Torun, POLAND, Tel. 48
  56 484-848, Fax = 48 56 484-888, Telex 0552451
SUBJECT: B--TORUN COMBINED CYCLE COMBINED HEATING POWER (CHP)
  POWER PLANT = CONVERSION
SOL N/A
POC Erik Thoresen, USTDA, Room 309, SA-16, Washington, D.C. 20523-1602,
  = Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: Elektrocieplownia Torun SA ("Torun") hereby amends its
  former = announcement for a Request for Proposals ("RFP") for
  a feasibility study = for the Torun Combined Cycle Combined
  Heating and Power (CHP) Power Plant = Conversion. The new due
  date for submission of proposals is January = 16,1997. The
  U.S. Trade and Development Agency ("TDA") has provided a =
  US$301,372 grant to Torun to conduct the feasibility study.
  The TDA = GrantAgreement is intended to partially fund the
  cost of goods and = services required for the Study, which
  is valued at US$351,372, NOT = $301,372. In addition to the
  TDA Grant, the Offeror selected by Torun = will be expectedto
  contribute the balance ($50,000) in expenses and/or = in-house
  costs incurred to complete the full $351,372 Terms of Reference
  = ("Offeror Cost Share"). While this Offeror Cost Share requirement
  was = stated in Annex 2 (Definitional Mission) and Annex 4
  (TDA Grant = Agreement) of the original RFP, it was not explained
  in the body of the = RFP. Cost is still not a factor in the
  evaluation of proposals. Since the = omission of the Offeror's
  Cost Share requirement from the body of the = original RFP
  was material, any proposal submitted before this = notification
  must be amended or replaced. All Offerors still interested
  = in competing for this Study must submit an amended version
  of their = proposal or an entirely new proposal to Torun. An
  Amendment to the RFP is = available from TDA, at Room 309,
  SA-16, Washington,D.C. 20523-1621. = Requests for the RFP should
  be faxed to the IRC, TDA at 703-875-4009.
CITE: (I-348 SN012133)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: ZE Patnow-Adamow-Konin SA, Contact: Mr. Tadeusz Zawacki,
  Director, = ul.Kazimierska 45, 62-510 Konin, POLAND, Tel. 48
  63 473-000, Fax 48 63 = 473-030, Telex 04 82 21
SUBJECT: B--PATNOW POWER STATION REPOWERING PROJECT
SOL N/A
POC Erik Thoresen, USTDA, Room 309, SA-16, Washington, D.C. 20523-1602,
  = Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: ZESPOL ELEKTROWNI PATNOW-ADAMOW-KONIN SA ("ZE PAK") hereby
  amends = its former announcement for a Request for Proposals
  ("RFP") for a = feasibility study for the Patnow Power Station
  Repowering Project. The = new due date for submission of proposals
  is January 16, 1997. The U.S. = Trade and Development Agency
  ("TDA") has provided a US$401,360 grant to = ZE PAK to conduct
  the feasibility study. The TDA Grant Agreement is = intended
  to partially fund the cost of goods and services required for
  = the Study, which is valued at US$501,360, NOT $401,360. In
  addition to = the TDA Grant, the Offeror selected by ZE PAK
  will be expected to = contribute the balance ($100,000) in
  expenses and/or in-house costs = incurred to complete the full
  $501,360 Termsof Reference ("Offeror Cost = Share"). While
  this Offeror Cost Sharerequirement was stated in Annex 2 =
  (Definitional Mission) and Annex 4 (TDA Grant Agreement) of
  the original = RFP, it was not explained in the body ofthe
  RFP. Cost is still not a = factor in the evaluation of proposals.
  Sincethe omission of the Offeror's = Cost Share requirement
  from the body of theoriginal RFP was material, any = proposal
  submitted before this notificationmust be amended or replaced.
  = All Offerors still interested in competing forthis Study
  must submit an = amended version of their proposal or an entirelynew
  proposal to ZE PAK. = An Amendment to the RFP is available
  from TDA, atRoom 309, SA-16, = Washington, D.C. 20523-1621.
  Requests for the RFP shouldbe faxed to the = IRC, TDA at 703-875-4009.
CITE: (I-348 SN012135)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Companhia do Metropolitano de Sao Paulo, Av. Paulista,
  402, 13th = andar, Sao Paulo, S.P. Brazil, CEP 01310-903, Phone:
  (55)11 281-6101, = Fax: (55) 11 285-0323
SUBJECT: B--FEASIBILITY STUDY ON INTEGRATION OF EAST AND WEST
  COMMUTER RAIL = LINES AND REHABILITATION OF EAST LINES
SOL N/A
POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C.
  = 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: Companhia Paulista de Trens Metropolitanos (CPTM), Sao
  Paulo, = Brazil. CPTM invites submission of qualifications
  and proposal data = (collectively referred to as the "Proposal")
  from interested U.S. firms = which are qualified on the basis
  of experience and capability to = undertake a financial and
  technical feasibility study of CPTM's plan for = commuter rail
  lines integration and for rehabilitation of the East Line;
  = definition of conditions for possible privatization of these
  CPTM = projects; and development of tender solicitation packages.
  The overall = commuter rail system consists of 270 km of rail
  lines, serving 91 = stations. The East corridor provides services
  over 83 km, with an = infrastructure and rolling stock equipment
  in need of rehabilitation. A = new line of 7.3 km is necessary
  in order to link the east and west lines = which would allow
  for uninterrupted service. The U.S. firm selected will = be
  paid in U.S. dollars from a $553,300 grant to CPTM from the
  U.S. Trade = and Development Agency (TDA). The contractor for
  the study will be = selected on the following criteria: 1)
  Proposed Personnel and relevant = experience of specific Work
  Team, including language capabilities, in = particular in South
  America (20%); 2) Experience of Offeror = Company/Companies
  on rail transportation systems, safety systems, = multi-modal
  rail transportations systems requiring track-sharing = arrangements
  (20%); 3) Experience with privatization or project planning
  = for concessions on rail transportation projects (20%); 4)
  Experience and = capabilities in conducting financial analyses
  and structuring financing = plans for public infrastructure
  projects to be privatized or concesssioned, in particular rail
  projects (20%); 5) = Proposed Work Plan Methodology for completing
  the study (20%). A detailed = Request for Proposals (RFP),
  which includes requirements for the = Proposal, the Terms of
  Reference, and a background definitional mission = report are
  available from TDA, at Room 309, SA-16, Washington, D.C. =
  20523-1621. Requests for the RFP should be faxed to the IRC,
  TDA at = 703-875-4009. In the fax, please include your firm's
  name, contact = person, address, and telephone number. Some
  firms have found that RFP = materials sent by U.S. mail do
  not reach them in time for preparation of = an adequate response.
  Firms that want TDA to use an overnight delivery = service
  should include the name of the delivery service and your firm's
  = account number in the request for the RFP. Firms that want
  to send a = courier to TDA to retrieve the RFP should allow
  one hour after faxing the = request to TDA before scheduling
  a pick-up. Please note that no telephone requests for the RFP
  will be = honored. Please check your internal fax verification
  receipt. Because of = the large number of RFP requests, TDA
  cannot respond to requests for fax = verification. Requests
  for RFPs received before 4:00 PM will be mailed = the same
  day. Requests received after 4:00 PM will be mailed the = following
  day. Please check with your courier and/or mail room before
  = calling TDA. Only U.S. firms and individuals may bid as prime
  contractors = on this TDA financed activity. However, U.S.
  firms may use subcontractors = from the host country for up
  to 20 percent of the TDA grant amount. While = not mandatory,
  firms are encouraged to do so by CPTM. Interested firms, =
  their subcontractors and employees of all participants must
  qualify under = TDA's nationality requirements as of the due
  date for submission of = qualifications and proposals and,
  if selected to carry out the = TDA-financed activity, must
  continue to meet such requirements throughout = the duration
  of the TDA-financed activity. All goods and services to be
  = provided by the selected firm shall have their nationality,
  source and = origin in the U.S. or Brazil. Details of TDA's
  nationality requirements = and mandatory contract clauses are
  also included in the RFP. Interested = U.S. firms should submit
  their Proposal in Portuguese (1 original, 4 = copies) and English
  (1 copy) directly to CPTM in Sao Paulo, Brazil by = 4:00pm
  local time February 5, 1997. Price will not be a factor in
  = contractor selection, and therefore, cost proposals should
  NOT be = submitted. CPTM reserves the right to reject any and/or
  all Proposals. = CPTM also reserves the right to contract with
  the selected firm for = subsequent work related to the project.
  CPTM is not bound to pay for any = costs associated with the
  preparation and submission of Proposals.
CITE: (I-348 SN012138)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: B -- 2.75 INCH ROCKET MOTOR GRAIN ANALYTICAL SOFTWARE,
  TO INCLUDE INSTALLATION AND TRAINING.
SOL N0017497Q0107
DUE 122696
POC Michele F. Gilroy, Contract Specialist, Code 1142R, (301)743-6575,
  fax (301)743-6547.
DESC: 2.75 Inch Rocket Motor Grain analytical software, to include
  installation and training. Software is used for the analysis
  of cracks in the 2.75 Inch Rocket Motor Grain. Contract action
  will be other than full and open competition under the authority
  of 10 USC 2304 (c) (1), only one responsible source. Proposed
  source: Alliant Techsystems, Inc.
CITE: (I-348 SN012153)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: 11 CONS/LGCX, 500 Duncan Ave., Ste. 250, Bolling AFB,
  DC 20332-0305
SUBJECT: B--CAMPAIGN SUPPORT ANALYSIS
SOL F49642-97-R-0036
POC Joseph Gatto, Contract Specialist, (202) 767-7982, or Lisa
  Romney, Contracting Officer, (202) 767-8099.
DESC: The 11th Contracting Squadron (11CONS/LGCX) intends to
  procure on a competitive basis a Time and Materials, Requirements
  type contract to provide Campaign Analysis Support described
  below. The performance period will be for a base period plus
  four one-year options. The contractor shall provide all personnel,
  equipment, tools, materials, supervision, and other items and
  services necessary to provide campaign analysis support to
  Air Force Studies and Analysis (AFSAA) and sponsored agencies.
  AFSAA requires Information Technology (IT) and advisory and
  assistance services to support a wide range of analysis requirements
  including theater-level conflict modeling and simulation analysis
  to support force structure and key Air Force program  decisions.
  Required support services consist of the following three general
  areas: (1) THUNDER model and database maintenance, development,
  and enhancement; (2) Campaign analysis support; (3) User group
  support. The scope of Area 1 includes technical support to
  AFSAA's current campaign analysis tool THUNDER. THUNDER is
  a two-sided, theater-level model designed to simulate conventional
  air-land combat. THUNDER and supporting analysis tools are
  written in SIMSCRIPT II.5 and SIMGRAPHICS II.5. The technical
  support shall include researching and implementing modifications
  to the THUNDER model and databases, to accomplish required
  upgrades and enhancements; investigation and  incorporation
  of state-of-the-art campaign analysis methodologies into THUNDER;
  development and implementation of verification and validation
  techniques; and configuration management of the model and databases.
  The scope of Area 2 includes research and analysis necessary
  to investigate campaign analysis tools and methodologies; the
  relationship between engagement-level, mission-level, and campaign-level
  models; how models from each hierarchical level are used to
  feed data and calibrate other levels of models; and campaign
  analysis issues related to determining the impact of the air
  campaign component to the overall combat outcome at the theater
  level. Transition to  and support for future enhanced state-of-the-art
  campaign analysis tools, models and methodologies. The scope
  of Area 3 includes designing and conducting THUNDER basic and
  advanced training courses; maintaining a current set of documentation
  for THUNDER; researching and implementing fixes to THUNDER
  runtime and database errors; and organizing/hosting an annual
  user group meeting. Requirements under these areas will range
  in scope and length from quick reaction (1-6 months) studies
  dealing with urgent issues to longer (6-12 months) in-depth
  efforts. Contractor personnel must have a TOP SECRET clearance
  or the ability to obtain one, and must be able to obtain a
  waiver to  access the ``no contractor'' Intelligence Data Base
  (IDB). The contractor must also possess and maintain the ability
  to be within two hours commuting time of the Pentagon, Washington,
  DC. The solicitation will be unrestricted and issued to both
  large and small businesses. The RFP is expected to be released
  on or about 10 Feb 97. A pre-proposal conference may be convened.
  Date, time and location for said conference will be stated
  in the solicitation. The SIC code for this effort is 7371,
  with a size standard of $18 million. All responsible sources
  may submit an offer which will be considered. Firms requesting
  a copy of the RFP must identify the RFP number given above.
  No telephone requests  will be accepted.
CITE: (M-351 SN012342)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Federal Bureau of Prisons, 320 First Street, N.W., Suite
  618, Washington, D.C. 20
SUBJECT: B--TASK FORCE ON PRISON CONSTRUCTION STANDARDIZATION
  AND TECHNIQUES FOR USE DURING EARLY PLANNING
SOL 1CO-0228
DUE 011797
POC Donna P. Fox, Contracting Officer (202) 307-3223.
DESC: The Federal Bureau of Prisons/National Institute of Corrections
  is seeking proposals from Criminal Justice Specialist(s) (i.e.
  professional criminal justice/correctional planners, architechts/engineers
  experienced with correctional facilities etc.) knowledgeable
  generally in the areas of (1) the planning and functional programming
  of correctional facilities, (2) correctional facility design
  (both small and large facilities) and (3) sources of criminal
  justice system and correctional information. Offerors wishing
  consideration shall submit a request for solicitation in writing
  via facsimile to (202) 514-0523 ATTN: Donna Fox, Contracting
  Officer. If facsimile is not an option, written requests may
  be mailed to Federal Bureau of Prisons, 320 First Street, Suite
  618, Washington, D.C. 20534 ATTN: Donna Fox, Contract Specialist.
  In an effort to reduce the number of duplicate inquiries, PLEASE
  SEND ONLY ONE request. Telephonic requests for solicitation
  WILL NOT be accepted. This solicitation contains provisions
  for award of a contract period from date of award through September
  30, 1997. It is the Government's intention to make a single
  award to the offeror whose proposal offers the best value to
  the Government in terms of price and other factors as defined
  in the solicitation. Proposals will be due no later than 12:00
  noon (Eastern Standard Time) on January 17, 1997 at the location
  specified in the solicitation package. This date is tentative
  and is subject to change.
CITE: (I-351 SN012453)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Miami VA Medical Center, 1201 N.W. 16th Street, Miami,
  FL 33125-1693
SUBJECT: C--CORRECT LIFE SAFETY CODE DEFICIENCIES
SOL RFP 546-38-97
DUE 010697
POC Darlene McGary, (305) 324-3239
DESC: Standard Forms 254, 255 and other applicable forms as required
  in the original synopsis are to be received by January 6, 1997
  in lieu of January 5, 1997.
CITE: (I-351 SN012314)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: DEPT OF VETERANS AFFAIRS, 16111 Plummer St., Sepulveda,
  CA 91343
SUBJECT: C--A/E SERVICES FOR FIRE ALARM PANEL REPLACEMENT
SOL N/A
POC Mike McGinley, 818/895-9354, Contracting Officer
DESC: Original CBD ad of 12/5/96 is modified to add the requirement
  of including a Licensed Industrial Hygienist and a Fire Protection
  engineer (FPE) on the A/E Design Team. All other terms and
  conditions remain unchanged.
CITE: (I-351 SN012324)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING
  SERVICES FOR THE AREA OF ERIE (ZIP 155, 157-168) IN THE STATE
  OF PA FOR NEW CONSTRUCTION
SOL 232098-97-A-0028
DUE 011097
POC Purchasing Specialist, D.W. Tokasz (410) 997-6214.
DESC: The contract for A/E Services will be for two years, with
  individual work orders being issued. Projects will consist
  of repair/alteration and new construction work. Each work order
  will be negotiated as an individual fixed price contract. Work
  orders for any one project should not exceed $250,000.00. The
  contract may be renewed for three, one year periods. The total
  amount of work ordered over the five-year period may not exceed
  $2,500,000.00, or be less than $5,000.00. Architectural firms
  which meet the requirements described in this announcement
  are invited to submit: (1) a Standard Form 254, Architect-Engineer
  and Related Services Questionnaire, (2) a Standard Form   255,
  Architect-Engineer and Related Services Questionnaire for Specific
  Project. Additional data and or photographs showing applicable
  and related experience may accompany the SF 255 subject material
  will not be returned. Submittals must be postmarked by January
  10, 1997. Interested firms with more than one office must indicate
  on their SF 255 the staffing composition of the office in which
  the work will be performed. A current SF 254 is required for
  each consultant. Consideration will be given to firms responding
  to this advertisement in accordance with the foregoing instruction
  in the following order of preference: 1. Firms and consultants
  with successful prototypical   design implementation experience
  and/or related project type experience; 2. Firms located within
  the area of the Erie District, Pennsylvania (zip codes 155,
  157-168); 3. Firms located in the state of Pennsylvania. Architectural
  firms will be considered as local only if their sole office
  is in the local geographical area or they have a local branch
  office and all the architectural design, coordination, and
  management of the project will be performed in that office.
  Selection criteria will take into account the number of contracts
  for any individual firm to a maximum of 2 contracts for any
  combination of contracts at the same time with the Postal Service;
  computer capabilities and   expertise shall be considered;
  performance histories on Postal Service projects; and previous
  experience performance references. The prime firm shall have
  a minimum of three (3) registered architects fully CAD/D experienced.
  The contract contains a requirement for firms to provide evidence
  of current insurance of $200,000.00 of errors and omissions
  per claim and a copy must be attached to the package. Participation
  of Minority-Owned Businesses is a consideration in U.S. Postal
  Service architectural selections. It is prohibited to pay any
  fee, commission, percentage, or brokerage fee to any person
  or firm contingent upon or resulting from award of a contract
  for this   solicitation. No other general notification for
  this project will be made. This is not a request for proposal.
CITE: (M-351 SN012350)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING
  SERVICES FOR THE STATE OF OHIO FOR NEW CONSTRUCTION
SOL #232098-97-A-0029
DUE 011097
POC Purchasing Specialist, D.W. Tokasz (410) 997-6214.
DESC: The contract for A/E Services will be for two years, with
  individual work orders being issued. Projects will consist
  of repair/alteration and new construction work. Each work order
  will be negotiated as an individual fixed price contract. Work
  orders for any one project should not exceed $250,000.00. The
  contract may be renewed for three, one year periods. The total
  amount of work ordered over the five-year period may not exceed
  $2,500,000.00, or be less than $5,000,00. Architectural firms
  which meet the requirements described in this announcement
  are invited to submit: (1) a Standard Form 254, Architect-Engineer
  and Related Services Questionnaire, (2) a Standard Form  255,
  Architect-Engineer and Related Services Questionnaire for Specific
  Project. Additional data and or photographs showing applicable
  and related experience may accompany the SF 255 subject material
  will not be returned. Submittals must be postmarked by January
  10, 1997. Interested firms with more than one office must indicate
  on their SF 255 the staffing composition of the office in which
  the work will be performed. A current SF 254 is required for
  each consultant. Consideration will be given to firms responding
  to this advertisement in accordance with the foregoing instruction
  in the following order of preference: (1) Firms and consultants
  with successful prototypical  design implementation experience
  and/or related project type experience; (2) Firms located within
  50 miles of the major metropolitan areas in the State of Ohio
  (Cincinnati, Columbus, Cleveland, and Akron); (3) Firms located
  in the state of Ohio. Architectural firms will be considered
  as local only if their sole office is in the local geographical
  area or they have a local branch office and all the architectural
  design, coordination, and management of the project will be
  performed in that office. Selection criteria will take into
  account the number of contracts for any individual firm to
  a maximum of 2 contracts for any combination of contracts at
  the same time with the Postal  Service; computer capabilities
  and expertise shall be considered; performance histories on
  Postal Service projects; and previous experience performance
  references. The prime firm shall have a minimum of three (3)
  registered architects fully CAD/D experienced. The contract
  contains a requirement for firms to provide evidence of current
  insurance of $200,000.00 of errors and omissions per claim
  and a copy must be attached to the package. Participation of
  Minority-Owned Businesses is a consideration in U.S. Postal
  Service architectural selections. It is prohibited to pay any
  fee, commission, percentage, or brokerage fee to any person
  or firm contingent upon or resulting  from award of a contract
  for this solicitation. No other general notification for this
  project will be made. This is not a request for proposal.
CITE: (M-351 SN012351)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Princeton University, Plasma Physics Laboratory, P.O.
  Box CN17, Princeton, NJ  08543
SUBJECT: C--A/E SERVICES, CANCELLATION OF REQUIREMENT FOR BASIC
  ORDERING AGREEMENT(S) FOR MISCELLANEOUS CIVIL/STRUCTURAL MECHANICAL,
  AND ELECTRICAL PROJECTS AT PPPL
POC Sharon Warkala, Sr. Subcontract Administrator, 609-243-2691
DESC: Notice of cancellation of requirement to establish A/E
  BOAs as described in CBD notice published in Issue No. PSA-1705
  on October 22, 1996. Princeton Plasma Physics Laboratory will
  not proceed with evaluation leading to award of BOAs.  PPPL
  will maintain documentation (SF254/255) submitted by firms
  in response to the original CBD notice on file for consideration
  as future projects may arise.
CITE: (I-351 SN012429)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Federal Emergency Management Agency; Acquisition Operations
  Division; Flood, Fire, and Mitigation Branch; 500 C Street,
  SW, Room 350; Washington DC  20472
SUBJECT: C--EVALUATION OF EROSION HAZARDS
SOL EMW-97-RP-0004
DUE 021097
POC William Roberson, Contract Speicalist 202/646-3622 Patricia
  A. English, Contracting Officer 202/646-4257
DESC: This is a survey to locate potential sources capable of
  performing the following proposed requirement:  Conduct a study,
  which evaluates the economic impact that erosion and erosion
  mapping has on the National Flood Insurance Program (NFIP),
  its policyholders, and communities prone to erosion.  Section
  577, entitled "Evaluation of Erosion Hazards," of the National
  Flood Insurance Reform Act (NFIRA) mandates that a study be
  conducted which includes the mapping of erosion hazard areas
  for a "statistically valid and representative number of communities
  with erosion hazard areas throughout the United States, including
  coastal [and] Great Lakes...areas."  This mapping effort is
  currently being conducted by 18 State Coastal Zone Management
  (CZM) agencies or their designees. The purpose of this project
  is to have the Contractor conduct an inventory of structures
  located within the mapped erosion hazard areas; and using the
  data collected in the inventory, evaluate the economic impact
  that erosion and erosion mapping has on the NFIP, its policyholders,
  and coastal communities. Section 577 of the NFIRA requires
  that the economic impact analysis "shall be conducted by a
  private independent entity," therefore firms, corporations,
  etc., with current or past contracts with FEMA through the
  NFIP cannot apply for this contract.  Also, state or local
  governments cannot apply for this contract. Minimum capabilities
  must include documented evidence of experience and expertise
  in the following areas:  1. Experience and flexibility in drawing
  on diversified expertise from various sectors (e.g., universities,
  environmental organizations, corporations, and government)
  to examine scientific and economic issues and develop national
  policy options.  2. Ability to coordinate research and manage
  a variety of intellectual resources including scientists; economists;
  insurance specialists; developers; Federal, State, and Local
  officials; and land use planners.  3. Experience in management
  of large- scale federal investigative projects.  4. Experience
  and involvement with policy implementation activities including
  providing congressional testimony.  Firms with these capabilities
  are invited to submit three (3) copies of their capabilities
  statement within fifteen (15) calendar days from the date of
  this notice.  Information furnished should include:  1) The
  number and professional qualifications of technical and other
  appropriate personnel; 2) Company experience related to the
  proposed project; 3) A current financial statement; 4) Other
  literature which demonstrates the minimum capabilities listed
  above; 5) A statement of the degree to which the applicant
  can share costs, as priority will be given to applicants willing
  to cost-share.  The Government will not pay or otherwise reimburse
  respondents for information submitted.  Based upon responses
  received, the Government reserves the right to set-aside any
  and all procurements that may result hereunder for small or
  minority-owned businesses.  If the evaluation of the responses
  received concludes that none of the responding firms have the
  necessary capabilities, then this acquisition will be conducted
  as a Sole Source Procurement with The Heinz Center, and no
  further synopsis will be issued. However, if one or more responses
  received are determined to have the necessary capabilities,
  then this acquisition will be re-synopsized as being available
  for full and open competition.
CITE: (I-348 SN012122)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. Postal Service, Facilities Service Office, Attn:
  Robert Manka, Project Coordinator, 2 Hudson Place, 5th floor,
  Hoboken, NJ 07030-5502
SUBJECT: C--FIXED PRICE A/E SERVICES CONTRACT FOR THE DESIGN
  & CONSTRUCTION ADMINISTRATION OF THE REMOVAL AND REPLACEMENT
  OF THE HVAC SYSTEM AT THE NEW YORK, NY--MURRAY HILL ANNEX FACILITY
SOL 332495-96-A-0120
DUE 011597
POC Robert Manka, Project Coordinator, (201) 714-5443.
DESC: This will be a Fixed Price Contract to perform A/E Services
  for the Design & Construction Administration associated with
  the complete revamp of the existing HVAC System for the 100,000
  S.F. USPS Murray Hill Annex facility in New York, NY. Firms
  that have the qualifications to perform the services described
  previously are invited to submit a completed SF-255, Architect/Engineer
  and related services questionnaire for a specific project,
  and a completed SF-254 for each of its proposed consultants
  to the office shown above, postmarked not later than January
  15, 1997. The selection will be conducted by using the submitted
  SF-255 and the SF-254s. Interested firms with   more than one
  office must indicate on their SF-255 the staffing composition
  of the office in which the work will be performed. Consideration
  will be given to firms responding to this advertisement in
  accordance with the instruction in the following order of preference:
  (1) within 5 miles of New York City, NY; (2) within 25 miles
  of New York City, NY; (3) All other firms. Architectural/Engineering
  Firms will be considered as local only if their sole office
  is in the local geographical area or they have a local branch
  office and all the architectural-engineering design, coordination,
  and management of the project will be performed in that office.
  The Architect/Engineering firm   must have a minimum of five
  years experience as a professional engineering firm and be
  in the preferred area. The minimum acceptable engineering compliment
  for the prime firm, or office, and it's consultants is: 1 Electrical
  Engineers, 1 Environmental Engineer, 2 Mechanical Engineer,
  and 1 Structural Engineer. The contract contains a requirement
  for firms to provide evidence of current insurance of $200,000.00
  of errors and omissions per claim. It is prohibited to pay
  any fee, commission, percentage, or brokerage fee to any person
  or firm contingent upon or resulting from award of a contract
  for this project. No other general notification for this project
  will   be made. Submissions will not be retained or returned.
  This is not a request for proposals.
CITE: (M-351 SN012370)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. Property & Fiscal Office for Kansas, 2737 S. Kansas
  Ave., Topeka, Kansas 66611-1170
SUBJECT: C--INDEFINITE DELIVERY A/E CONTRACT
POC Ms. Sandy Summers, Contract Specialist, (913) 274-1212; Mr.
  Tom Coleman, Contracting Officer, (913) 274-1211.
DESC: Indefinite Delivery Contract for multiple  discipline Architect-Engineer
  design services to produce maintenance, repair,  alteration
  or construction drawings, specifications and cost estimates
  for the Kansas  Air National Guard at McConnell AFB, Kansas.
  The A/E firm shall provide  expertise in civil, mechanical,
  structural, electrical, architectural disciplines and construction
  inspection  as well as have the ability to deliver contract
   documents on short notice. Delivery orders may be issued 
  for a  period of one (1) year from the date of contract award
  with the option to extend for one (1) additional year. Delivery
  orders shall not exceed the cumulative amount of  $1,500,000.00
  per year and the maximum  amount for any one delivery order
  shall not exceed  $300,000.00. Evaluation criteria in order
  of importance are: (1) Professional qualifications to design
  construction,  repair and  maintenance projects. Specific disciplines
  in descending order of importance are Architectural, Mechanical,
  Electrical, Civil, Structural, and Surveying; (2) Specialized
  Experience  and Technical Competence; (3) Capacity to accomplish
   work in the required time; (4) Locations; (5) Past Performance;
  (6) Demonstrated success in prescribing use of  recycled materials
  and achieving waste reduction as well as energy efficiency;
  and (7) Volume of work  previously awarded  by DOD. Qualified
  firms desiring consideration shall submit an SF 254 and SF
  255 for principal A/E and SF 254 for all consultants to the
  U.S. Property and Fiscal Office for Kansas, 2737  Kansas Avenue,
  Topeka, Kansas 66611-1170. All responses received  within 30
  calendar days from date of this Notice will be considered.
  A firm fixed price contract with firm fixed price delivery
  orders is contemplated. This is not an  RFP.
CITE: (M-351 SN012424)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Department of Agriculture, Agriculture Research
  Service, Administrative and Financial Management, Procurement
  and Property Branch, 14th & Independence Avenue, S.W., Room
  1310 South Building, Washington, D.C. 20250
SUBJECT: D--CABLETRON ITEMS
SOL N/A
POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting
  Officer
DESC: The Government is seeking a contractor to provide the following
  Cabletron equipment and parts: 1)24 port 10Base-T hub stack
  24 RJ45 and 2 epim slots SNMP intelligent Cabletron SEHI-25,
  28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots
  non-intelligent Cabletron SEH-24, 36 each, 3) Interconnect
  cable for SEHI hub to connect to SEH hub, Cabletron 9380111,
  28 each, 4) Interconnect cable for SEH hub to connect to another
  SEH hub Cabletron 9380110, 8 each.  Written quotations will
  be solicited.  The anticipated award date is January 13, 1997.

CITE: (W-351 SN012330)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Department of Agriculture, Agriculture Research
  Service, Administrative and Financial Management, Procurement
  and Property Branch, 14th & Independence Avenue, S.W., Room
  1310 South Building, Washington, D.C. 20250
SUBJECT: D--CABLETRON ITEMS
SOL N/A
POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting
  Officer
DESC: The Government is seeking a contractor to provide the following
  Cabletron equipment and parts: 1)24 port 10Base-T hub stack
  24 RJ45 and 2 epim slots SNMP intelligent Cabletron SEHI-25,
  28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots
  non-intelligent Cabletron SEH-24, 36 each, 3) Interconnect
  cable for SEHI hub to connect to SEH hub, Cabletron 9380111,
  28 each, 4) Interconnect cable for SEH hub to connect to another
  SEH hub Cabletron 9380110, 8 each.  Written quotations will
  be solicited.  The anticipated award date is January 13, 1997.

CITE: (W-351 SN012331)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Veterans Affairs Medical Center, 50 Irving
  Street, N.W., Washington, DC 20422
SUBJECT: D--CAD SERVICES
SOL RFQ 688-38-97
DUE 010897
POC Joan F. Van Middlesworth, Contracting Officer (202)745-8413
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6
  as supplemented with additional information included in this
  notice. This notice constitutes the only solicitation; quotes
  are being requested and a written solicitation will not be
  issued. This solicitation is being issued as a Request of Quotation
  number RFQ 688-38-97. The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular number 90-42. The SIC Code for this solicitation
  is 7373. The small business size standard is $18 Million. Contractor
  will furnish all labor, materials, equipment, transportation,
  and supplies to produce CAD drawings of Building 1 (694,000
  S.F. approx) and Building 6 (152,000 S.F. approx) areas at
  the VA Medical Center in Washington, D.C. using computer generated
  floor and utility plan system. Completion time for the Base
  Bid and all of its alternates is 300 days ARO. Bid Items are
  as follows: GROUP I Building 1 - Base Bid Item 1. Architectural
  Floor Plans shall include: walls, doors, windows, all plumbing
  fixtures, partitions,columns, all partitions (fixed and portable),
  stairs, room numbers,occupancy/room functions, square footage,
  department ownership. Completion time is 90 days ARO. Estimated
  Quantity 694,000 SF. Alternate Item 2. Add Utility Plans to
  Base Bid including pipes, valves, steam traps, AOV Systems,
  Sprinkler System, dampers, Fire Alarm devices, ductwork, and
  equipment (i.e. Air Handlers, Exhaust Fans, MCC's, Electrical
  Panels, transformers, electrical outlets thermostats, pumps,
  and exposed ducts), as well as sizes of ducts. Add 30 days
  to completion time. Estimated Quantity 694,000 SF. Alternate
  Item 3. Reflected Ceiling Plan (grid,lights, return and supply
  vents, sprinkler heads, furdowns, smoke or heat detectors,
  and exit lights). Add 30 days to completion time. Estimated
  Quantity 694,000 SF. Alternate Item 4. Other Plans includes
  communication lines, device locations, paging system, TV/Radio
  systems, Nurse Call systems, and Security Systems. Add 30 days
  to completion time. Estimated Quantity 694,000 SF. SUMMARY
  BID FOR GROUP I Building 1 (Items 1-4). GROUP II Building 6
  - Alternate Item 5. Architectural Floor Plans shall include:
  walls, doors, windows, all plumbing fixtures, partitions, columns,
  all partitions(fixed and portable), stairs, room numbers, occupancy/room
  functions, square footage, department ownership. Add 30 days
  to completion time. Estimated Quantity 152,000 SF. Alternate
  Item 6. Utility Plans including pipes, valves, steam traps,
  AOV Systems, Sprinkler System, dampers, Fire Alarm devices,
  ductwork, and equipment (i.e. Air Handlers, Exhaust Fans, MCC's,
  Electrical Panels, transformers, electrical outlets, thermostats,
  pumps, and exposed ducts), as well as sizes of ducts and pipes.
  Add 30 days to completion time. Estimated Quantity 152,000
  SF. Alternate Item7. Reflected Ceiling Plan (grid,lights, return
  and supply vents, sprinkler heads, furdowns, smoke or heat
  detectors, and exit lights). Add 30 days to completion time.
  Estimated Quantity 152,000 SF. Alternate Item 8. Other Plans
  includes communication lines, device locations, paging system,
  TV/Radio systems, Nurse Call systems, and Security Systems.
  Add 30 days to completion time. Estimated Quantity 152,000
  SF. SUMMARY BID FOR GROUP II Building 6 (Items 5-8). The award
  will be made on either an individual item basis or summary
  bid basis, whichever results in the lowest cost to the Government.
  Therefore, to assure proper evaluation of all bids, a bidder
  quoting a summary bid price must also quote a price on each
  individual item included in the summary bid price. In the event
  the offer exceeds the funds available, a single award will
  be made on Group I, followed by Group II, or by items in order
  of priority or a combination of Group I and the items in Group
  II. The Bid Items are listed in order of priority. Special
  Requirements include: Verification and review of existing as-built
  drawings, old and active construction documents, and detailed
  field surveying. Plans must be drawn on AutoCad Release 12,
  drawing on another format and converting to AutoCad is not
  acceptable. If later version of AutoCad is used, vendor shall
  update existing VA AutoCad version. All drawings shall be drawn
  to full scale. Additional layer names used (other than AutoCad
  Standard) shall be followed per VA Designation. Multiple colors
  per layer will not be used. All files will be .DWG Format supplied
  on 3-1/2" diskettes. Dark Colors shall not be used. Text to
  be Roman Simplex. Each floor of each building shall be a separate
  file. Vendor shall complete one area before going to another
  (each wing and floor is considered an area). Vendor shall give
  the VA completed area drawings to review periodically through
  the project. Progress payments may be allowed based on these
  submissions. All blocks used on diskette shall be submitted.
  Scanning or Digitizing Of existing drawings and/or roster to
  vendor conversion shall not be used. Accuracy requirements
  (Roster to Vector Conversation) for all work shall be as follows:
  Drawings will use OSNAP commands. Lines will intersect as intended.
  AutoCad standard commands will be used. The measuring equipment
  must utilize electronic distance measuring with an accuracy
  of 5 mm per 10000 feet. All exterior walls, interior walls
  and corridors will be established via this method. All other
  required information will be gathered using a tape measure,
  measured from the closest "known". Measurement shall be within
  1/4 inch. Accumulative error on CAD will be kept to a minimum
  (1" per 100 LF). All tape measuring will reference surveyed
  "knowns" in as much as possible. Acceptance time will be60
  days from bid opening date. The following provisions apply
  to this solicitation: 52.212-1 Instructions to Offerors-Commercial,
  52.212-3 Offeror Representations and Certifications-Commercial
  Items, 52.212-4 Contract Terms and Conditions-commercial Items
  and52.212-5 Contract Terms and Conditions including clauses
  incorporated by reference under Section (b)(6) 52.222-26, Equal
  Opportunity (E.O. 11246), 52.222-35 Affirmative Action for
  Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
  52.222-36 Affirmative Action For Handicapped Workers (29 U.S.C.
  793), 52.222-37 Employment Records of Special Disabled Veterans
  and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41
  Service Contract Act of1965 as Amended, 52.222-44 Fair Labor
  Standards Act and Service Contract Act-Price Adjustment, 52.225-3
  Buy American Act-Supplies (41 U.S.C. 10). Other clauses include
  52.232-18 Availability of Funds, and 852.216-70 Estimated Quantities.
  A written notice of award or acceptance of offer, mailed or
  otherwise furnished to the successful bidder within the time
  for acceptance specified in the offer shall result in a binding
  contract without further actions by either party. Bidders responding
  to this announcement shall submit a unit price for each item
  along with the information required in 52.212-1 and a completed
  copy of provision 52.212-3 to VA Medical Center (688/90C),
  50 Irving Street, NW, Room 1B-112, Washington, DC20422 by January
  8, 1997 at 2:00PM Local Time. All responsible sources will
  be considered.
CITE: (I-351 SN012439)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DHHS/PHS/FDA/Office of Facilities, Acquisitions, and
  Central Services, Division of Contracts and Procurement Management,
  HFA-521, 5600 Fishers Lane
SUBJECT: D--SITE LICENSE FOR SENTRYGATE PLUS SOFTWARE
SOL C50887
DUE 010297
POC Debbie Hammond, Contract Specialist (301) 443-1555, Dennis
  Hunt, Contracting Officer, (301) 443-1555, (301) 594-3702 FAX
DESC:  The Food and Drug Administration (FDA) intends to award
  a purchase order on a sole source basis to acquire a site license
  for maintenance for SentryGate Plus software for VAX 6410's,
  VAX 6620's, and MVAX 4100's.  This license will be for twenty-eight
  (28) sites.  SentryGate Plus Product Code: R01AUDTRMSC. See
  Numbered Note 22. 
CITE: (W-351 SN012468)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DHHS/PHS/FDA/Office of Facilities, Acquisitions, and
  Central Services, Division of Contracts and Procurement Management,
  HFA-521, 5600 Fishers Lane
SUBJECT: D--BROADCAST TV SERVICE LINKS
SOL 057869
DUE 010297
POC Debbie Hammond, Contract Specialist (301) 443-1555, Dennis
  Hunt (301) 443-1555, (301) 594-3702 FAX
DESC: The Food and Drug Administration (FDA) intends to award
  a purchase order on a sole source basis to acquire Broadcast
  TV Service Links to be set for eleven (11) various government
  locations in the Montgomery County area in order to receive
  videoconferencing meetings.  See Numbered Note 22.  
CITE: (W-351 SN012470)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: Department of the Treasury (DY), Internal Revenue Service,
  IS:S:ITG, c/o ISC, 2701 Prosperity Ave, Rm 4434D, Fairfax,
  VA 22031
SUBJECT: D--COMMERCIAL SECURITY AUDIT MANAGEMENT/AUDIT ANALYSIS
  PRODUCTS
SOL 0-7-10-V0-V4-N18 0001
DUE 011497
POC Randy Osborn, 703-876-4542, 202-283-1411
DESC: The Internal Revenue Service (IRS) is seeking sources who
  can provide commercial-off-the-shelf products for security
  audit management (audit collection, audit reduction, audit
  translation) and security audit analysis for a limited duration
  useability functionality, interoperability and performance
  testing on a no-cost basis by an existing IRS contractor. The
  hardware/software products will be installed, tested and evaluated
  in any or all of the following IRS Proof-of-Concept test environments:
  Unix Wae, MP-RAS, DC/OSX, Sun Solaris and Windows NT. Vendors
  may respond to either one or all of the following areas of
  security audit management: 1) Native Security Audit Collection
  which must collect the security audit data native to each platform
  that generates audit data such as operating systems, database
  management systems and applications and 2) Security Audit Translation/Security
  Audit Reduction to translate seurity audit data from its native
  form to a user-defined enterprise wide standard form and too
  include a reduction process. The IRS will base its initial
  evaluation on the following criteria: 1) Scalability to support
  enterprise security audit data in a sysem as large as that
  required by the IRS; 2) Support of audit analysis techniques,
  i.e., trends/variance detection, attack signature detection;
  3) Range of test platforms and operating environments supported;
  4) Reliability in the test environments; 5) Performance in
  the test environment and 6) Ease of installation, integration
  and use of test platforms. All interested vendors must submit
  the following infrmation for each system they are responding
  to within 60 days of this notice: 1) Descriptive technical
  literature including information on the product's supported
  platforms, operating systems and technical architecture; 2)
  Statement of the products' commerial availability plus current
  catalogs; 3) vendors amenability to loaning the offered products
  to the IRS, at no cost, for testing, and 4) any other pertinent
  documentation that will assist the IRS. Vendors will be notified
  in writing, within 30 days after completion of the evaluations/testing
  of the results. Selection for testing neither implies endorsement
  nor is an expressed or tacit commitment or agreement b the
  IRS to acquire the products at a later date. Selection for
  testing will neither provide vendors with an advantage nor
  preclude them from bidding on related future procurements.
  At this time, there is neither a solicitation package available
  nor is oneanticipated in the near future.
CITE: (I-351 SN012384)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA - Forest Service, 4931 Broad River Road, Columbia,
  South Carolina 29210-4021
SUBJECT: F--AERIAL SEEDING AND FERTILIZATION
SOL IFB R8-12-97-13
DUE 021197
POC Contact Contracting Officer Delia K. Heath at (803) 561-4000
  for information. For solicitations and/or plans contact Ruby
  Little at (803) 561-4017.
DESC: The Sumter National Forest plans to contract for Aerial
  Seeding and Fertilization on approximately 981 acres, on the
  Enoree Ranger District, Chester, Union, Newberry, Laurens and
  Fairfield Counties, South Carolina. The contractor shall furnish
  all equipment, materials, supervision, transportation, labor,
  and supplies to aerial seed approximately 86 acres of National
  Forest land for wildlife and aerial fertilize approximately
  895 acres for soil and watershed improvement in accordance
  with the specifications and provisions of the solicitation.
  No materials, labor or supplies will be furnished by the Forest
  Service unless specifically identified in the Government Furnished
  Property clause.
CITE: (I-351 SN012323)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH
  STREET, KANSAS CITY MO 64106-2896
SUBJECT: F--LONG TERM OPERATION AND MAINTENANCE RESPONSE ACTION
  CONTRACTS FOR EPA REGION II
SOL DACW41-97-R-0005
DUE 012497
POC Contract Specialist Norma M. Reynolds (816) 426-6484 (Site
  Code DACW41)
DESC: CORRECTION: Reference original publication of solicitation
  previously published in Commerce Business Daily issued 11 December
  1996. Original publication is modified by deleting the first
  two sentences and the fifth sentence after the sentence in
  parethesis which are as follows: "The Government may elect
  to award a single task order contract or multiple task order
  contracts, to small business(es) for a total acquisition value
  of $14 Million. For multiple awards, individual task orders
  will be awarded bsed on factors such as past performance on
  earlier task orders under the multiple award contract(s), quality
  of services, cost control, price costs or other factors that
  the Contracting Officer believes are relevant to the award
  of each task order. The minimum order for each contract is
  $280,000.00 during the five year contract period." The following
  sentences shall be incorporated into the original publication
  after he sentence in parenthesis and replace the deleted sentences:
  The Government may elect to award up to two - 5 year multiple
  award task order contracts to small business(es). Total cumulative
  value of contract(s) under this solicitation may not exceed
  $14,00,000. Each contract's individual minimum guarantee is
  one task order worth at least $280,000. Maximum individual
  total contract value for each contract is either $13,720,000
  or the cumulative value of both contracts awarded under this
  solicitation. Any additional task orders will be awarded on
  the subjective determination of the Contracting Officer based
  on past performance on the first and any other precding tasks
  orders under these contracts. Such subjective determination
  will consider the contractor's past performance of cost, technical
  and schedule management and any other factors that the Contracting
  Officer believes relevant to the award of each new ask order.
  All other information reflected in the 11 December 1996 Commerce
  Business Daily issue remains the same.
CITE: (I-351 SN012390)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Ozark-St. Francis National Forest,
  605 West Main Street, P.O. Box 1008, Russellville, AR 72801
SUBJECT: F--HARDWOOD SITE PREPARATION USING CHAINSAWS ON THE
  BOSTON MOUNTAIN RANGER DISTRICT, OZARK, ARKANSAS
SOL 0Z-09-10-97
DUE 012397
POC Contracting Officer, Julia Cain, (601) 965-4391, Procurement
  Technician, Virginia A. Thomas, (501) 964-7298.
DESC: Contractor shall furnish all labor, supplies, tools, material,
  transportation, supervision to do Natural Site Preparation
  using handtools or power tools on 290 acres of National Forest
  Land. This project is located on the Boston Mountain Ranger
  District, Ozark, Arkansas.
CITE: (M-351 SN012426)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Ozark-St. Francis National Forest,
  605 West Main Street, P.O. Box 1008, Russellville, AR 72801
SUBJECT: F--PINE SITE PREP USING SAWS AND CHEMICALS ON THE BAYOU
  RANGER DISTRICT, HECTOR, ARKANSAS
SOL 0Z-06-10-97
DUE 012397
POC Contracting Officer, Julia Cain, (601) 965-4391, Procurement
  Technician, Virginia A. Thomas, (501) 964-7298.
DESC: Contractor shall furnish all labor, supplies, tools, material,
  transportation, supervision and shall perform pine site preparation
  on 489 acres of National Forest Land. This project is located
  on the Bayou Ranger District, Hector, Arkansas.
CITE: (M-351 SN012427)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Malheur National Forest, PO Box
  909, John Day, OR 97845
SUBJECT: F--SEED ORCHARD PLANTING
SOL SOL-RFQ-4-97-11
DUE 021097
POC Contact Point, Barb Forsman (541) 575-3174; Contracting Officer,
  Marle Brandt
DESC: Project is located on the Long Creek Ranger District and
  consists of Tree Planting of approximately 21 thousand trees
  in the Blue Mountain Seed Orchard and Austin Seed Orchard.
  Could include rototilling prior to planting. This proposed
  procurement is totally set-aside for small business.
CITE: (I-351 SN012461)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Ochoco National Forest, PO Box 490; Prineville, OR. 97754
SUBJECT: F--TREE PLANTING AND RIPARIAN PLANTING, PAULINA R.D.
SOL Sol. No. 7-97-7
DUE 022097
POC Contact Point, Cecilia Rogers 541/416-6534 or Fax 541/416-6661
DESC: Project consists of plant, interplant, tube and stake all
  trees on 900 acres on the Paulina Ranger district of the Ochoco
  National Forest. Contractor will jelly roll trees. There will
  also be an option item for the planting of approximately 4,000
  Mountain Alder of riparian planting on 150 acres. Planting
  is estimated to start on April 14, 1996 and contract time is
  30 days. Solicitation to be issued January 22, 1997. Bonding
  will be required. This project is 100% set-aside for small
  business concerns
CITE: (I-351 SN012474)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: G--SPORTS OFFICIATING SERVICES
SOL N00421-97-R-1100
DUE 021397
POC Megan M. Russell, Code 25521I, Contract Specialist, (301)342-1825
  x. 114, Rebecca J. Wathen, Code 25521A, Contracting Officer,
  (301)342- 1825 x. 133.
DESC: The Morale Welfare and Recreation Department at the Naval
  Air Warfare Center Aircraft Division has a requirement for
  Sports Officiating Services for on-base football, softball,
  volleyball and basketball. Officials shall have current certification
  from the governing body of the sport they will officiate. They
  shall follow local and national rules and wear the proper uniform
  for the sport they are officiating. Officials should know all
  of the rules and regulations of the sport they will be officiating.
  A full Statement of Work will be provided in the solicitation.
  The period of performance is for one base year and four option
  years. Solicitation requests may be faxed to (301)342-1864
  to the attention of Megan Russell. All responsible sources
  may submit a proposal which will be considered. The estimated
  solicitation release date is January 13, 1997.
CITE: (I-351 SN012440)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave. Suite 500, Everett, WA
SUBJECT: J -- USS NIMITZ (CVN-68)
SOL N62799-97-B-0017
DUE 021497
POC E. Perez, Jr., 206-304-5807
DESC: 97-TAV, Upkeep 1, 03/06/97 to 04/04/97 period of performance.
   Work to be accomplished misc work .  Work will be performed
  at Puget Sound Naval Shipyard. Sources who currently hold or
  are qualified for and willing to enter into an Agreement for
  Boat Repair/Master Ship Repair Agreement DFAR (217.71) prior
  to award, may submit a bid which shall be consider by this
  agency.  Firms which do not, possess an Agreement for Boat
  Repair Agreeement are ineligible for award unless adequate
  time exists to permit the navy to perform an assessment of
  their MSR application to execute the ABR/MSRA without impacting
  the vessel's availability dates.
CITE: (I-348 SN012116)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J --CCA
SOL F09603-97-R-81611
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Larry E. Johnson/Lykb/[912]926-7053
DESC: This PR is initiated to establish a requirements type contract
   for OD- 106 components. Fax Nr 912-926-7572 The approximate
  issue/response date will be 03 Jan 97. To: Hazeltine Corp,
  Greenlawn Ny 11740-1600. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22,26.
CITE: (I-349 SN012175)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Military Sealift Command, Atlantic, Military
  Ocean Terminal, Bayonne, NJ 07002-5399
SUBJECT: J--RESTRICTED AVAILABILITY
SOL N62381-97-R-0058
DUE 030697
POC Catherine Graham, Contract Specialist, 201-823-7140.
DESC: Performance Period: On/abt 05 Jul 1997 thru 04 Aug 1997
  - - Work to be performed at Contractor's Facility - - USNS
  Apache (T-ATF 172); Closing Date: 2 P.M., 06 Mar 1997 at Military
  Sealift Command, Atlantic, Bayonne, NJ 07002-5399 - - A responsible
  offeror shall be considered eligible if the offeror has previously
  executed a Master Ship Repair Agreement prior to the award
  of the contract.
CITE: (I-351 SN012315)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supply Directorate, Contracting Department, Supply MCAS,
  PSC Box 8018, Cherry Point, NC 28533-0018
SUBJECT: J--MAINTENANCE ON CASTLE BRAND STERILIZERS
SOL N00146-97-R-0001
POC Susan Rice, Contract Specialist (SUL1H), (919) 466-2007,
  (FAX (919) 466-4056), Procurement Asst., Linda Marcum, (919)
  466-2895, Contracting Officer, Paula Robinson, (919) 466-2844.
DESC: Correction: This action as originally publicized in the
  CBD under Solicitation No. N00146-97-R-0001 is corrected to
  change the Solicitation No. to N00146-97-R-0008. The anticipated
  closing date is corrected to 97 Jan 12. The Contract Specialist
  is changed to Susan Rice as indicated above. All other information
  publicized in the original synopsis is correct.
CITE: (M-351 SN012358)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Bureau of Reclamation, 2800 Cottage Way, Room W-1540,
  Sacramento, CA  95825-1898
SUBJECT: J--MAINTENANCE SERVICES FOR VARIOUS GOVERNMENT-OWNED
  ADP EQUIPMENT
SOL 97-SI-20-10003
DUE 013197
POC Evelyn Yamamoto, Contract Specialist, (916) 979-2231/James
  McDonough, Contracting Officer, (916) 979-2178
DESC: Maintenace service for Government-owned automated data
  processing g equipment (ADPE), telephone support for all covered
  systems, and remote diagnostic support, installed at the Federal
  Building, 2800 Cottage Way, Sacramento, California, for FY97,
  pluss two 12-month option periods.  The Contractor will be
  required to provide preventative, remedial, and on-call maintenance
  support for various types of equipment.  This procurement is
  a 100 percent small business set-aside, the size standard for
  which is a c oncern, including its affiliates, having an average
  sale or receipts for its preceding three years not in excess
  of $12,500,000.  All sources responding to this synopsis shall
  submit information relating to business status, including as
  to whether small, large, minority-owned, and/or woman owned.
   The standard industrial classification code is 7378.  The
  solicitation will be issued on or about December 31, 1996.
   For copies of the solicitation, contact Evelyn Yamamoto at
  (916) 979-2231.  The first copy of t he solicitation will be
  issued free of charge; each additional copy requested will
  be $1.00, nonrefundable.
CITE: (I-351 SN012377)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Bureau of Reclamation, 2800 Cottage Way, Room W-1540,
  Sacramento, CA  95825-1898
SUBJECT: J--MAINTENANCE SERVICES FOR VARIOUS GOVERNMENT-OWNED
  ADP EQUIPMENT
SOL 97-SI-20-10003
DUE 013197
POC Evelyn Yamamoto, Contract Specialist, (916) 979-2231/James
  McDonough, Contracting Officer, (916) 979-2178
DESC: Maintenace service for Government-owned automated data
  processing g equipment (ADPE), telephone support for all covered
  systems, and remote diagnostic support, installed at the Federal
  Building, 2800 Cottage Way, Sacramento, California, for FY97,
  pluss two 12-month option periods.  The Contractor will be
  required to provide preventative, remedial, and on-call maintenance
  support for various types of equipment.  This procurement is
  a 100 percent small business set-aside, the size standard for
  which is a c oncern, including its affiliates, having an average
  sale or receipts for its preceding three years not in excess
  of $12,500,000.  All sources responding to this synopsis shall
  submit information relating to business status, including as
  to whether small, large, minority-owned, and/or woman owned.
   The standard industrial classification code is 7378.  The
  solicitation will be issued on or about December 31, 1996.
   For copies of the solicitation, contact Evelyn Yamamoto at
  (916) 979-2231.  The first copy of t he solicitation will be
  issued free of charge; each additional copy requested will
  be $1.00, nonrefundable.
CITE: (I-351 SN012379)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH
  AVENUE, FORT MCCOY WI 54656-5153
SUBJECT: J--MAINTENANCE OF GOVERNMENT-OWNED TELEPHONE SWITCH
  AND TELEPHONE PLANT
SOL DAKF61-97-Q-0031
DUE 012197
POC Purchasing Agent Janell Moseley (608) 388-4455 Contracting
  Officer Brenda Heuer (Site Code WPC0NT)
DESC: Provide all labor, equipment, materials, travel, and accessories
  to perform full service maintenance, both remedial and preventive,
  both remote and on- site, on government-owned Mitel SX2000
  telephone switch and telephone plant at Sheridan Reserve Ceter,
  Fort Sheridan IL for the period 1 February 1997 through 30
  September 1997. Request for quote must be in writing accompanied
  by a non-refundable certified check, cashiers check, or money
  order payable to U.S. Treasury in the amount of $8.00 per quote.
  o company, personal, registered checks, or cash will be accepted.
  The estimated issue date of the RFQ is 7 January 1997. All
  responsible sources
CITE: (I-351 SN012395)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: J--GENERATOR PULSE;POWER METER
SOL F41608-97-29537
DUE 012797
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Bond, Anthony,Capt/Ldkac/[210]925-6534
DESC: repair of the items listed below:  generator pulse 4ea
  6625-01-264-2280 power meter 1ea 6625-01-266-5930dq completion
  of teardown anlaysis is required to be complete w ithin 30
  days after receipt of reparables government furnished drawings
  and specifications are not available The approximate issue/response
  date will be 26 Dec 96. The anticipated award date will be
  27 Feb 97. Written procedure will be used for this solicitation.
  To: Wavetek U S Inc, San Diego Ca 92123-0000. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 22,26.
CITE: (I-351 SN012411)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Contracting Division, Marine Corps Base, P.O. Box 8368,
  Camp Lejeune, NC 28547-8368
SUBJECT: J--APPLIANCE REPAIR
SOL M6700197B0002
DUE 020397
POC Contact Purchasing Agent, Pat Cromwell, (910) 451-3016.
DESC: Service contract for on site repair of appliances for Family
  Housing at Camp Lejeune, NC 28542, for a basic period with
  four (4) one year option periods. Types of appliances are Refrigerators:
  Gibson, Hotpoint, General Electric, White, Westinghouse, 1986--1996
  models, estimated annual service calls--800 EA; Estimated annual
  pickups/deliveries/installations, 40 EA. Stove/Range: Westinghouse,
  Tappan, Hardwick, Magic Chef, Whirlpool, 1989--1996 models,
  estimated annual service calls--600 EA; Estimated annual pickups/deliveries/installations
  20 EA. Dishwashers: Whirlpool, Kenmore, 1984--1996 models,
  estimated annual service calls--300 EA; Estimated annual  pickups/deliveries/installation
  20 EA. Response time to the resident to be within 24 hours.
  All repairs to be completed within 48 hours. The proposed resultant
  contract will be a firm-fixed price requirements type contract.
  Contract will be 100% set-aside for small business concerns.
  No telephone requests for solicitations will be accepted. Request
  for solicitation should be in writing only or by fax (fax number
  (910) 451-2331). All responsible sources may submit a bid which
  will be considered.
CITE: (M-351 SN012425)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (vpl-3), U. S. Coast Guard, Maintenance & Logistics
  Command Atlantic, 300 East Main Street, Suite 600, Norfolk,
  VA 23510-9102
SUBJECT: J--110-WPB LIFTING CRADLE
SOL DTCG80-97-Q-3FABF4
DUE 010697
POC Contact SK2 Willie Mayo, Purchasing Agent (757) 628-4660
DESC: This is a combined synopsis/solicitation for commercial
  services prepared in accordance with the format in Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This is a request for quotation (RFQ) number
  DTCG80-97-Q-3FABF4. This solicitation document will incorporate
  provisions and clauses that are in effect through Federal Acquisition
  Circular 90-42. The Standard Industrial Classification code
  is 3449 and the size standard is 500 employees. The following
  is a description for the listed services. 1. Provide all labor
  and materials to fabricate the Island Class Patrol Boat lifting
  cradle listed in CG DWG 110 WPB-085-010. Contractor shall install
  all soft wood and provide all spreader bars and additional
  wood to accompany cradle. Contractor shall prepare and preserve
  all metallic surfaces and ship to Puerto Rico. As prescribed
  in FAR 52.12-2 Evaluation-Commercial Items. The Government
  will award a contract resulting from this solicitation to the
  responsible offeror whose offer conforming to the solicitation
  will be most advantageous to the government, price and other
  factors considered. The following factors shall be used to
  evaluate offers: Price, Required Delivery Date. The following
  FAR Clauses will apply to this solicitation: 52.219-6 Notice
  of Total Small Business Set-Aside, 52.222-41 Service Contract
  Act of 1965, as amended. Offers are due on 31 December 1996
  1200 Commander (VPL-3) MLCLANT 300 East Main Street, Suite
  600, Norfolk, VA 23510-9102 Attn: SK2 Willie Mayo For information
  and copies of Specifications call (757)628-4660. The material
  is required on or before 16 January 1997.
CITE: (I-351 SN012445)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: NASA, Johnson Space Center, BE13, Houston, TX 77058
SUBJECT: J--ENVIRONMENTAL CONTROL AND LIFE SUPPORT SYSTEMS (ECLSS)
  ENGINEERING SUPPORT
SOL 9-BE13-40-7-23P
DUE 011597
POC Contract Specialist: Jeff Johnson, (281) 483-1862 Contract
  Officer: Lisa Rea Phillips, (281) 483-8395
DESC: NASA/JSC plans to issue a Request for Proposal (RFP) for
  Environmental Control and Life Support Systems (ECLSS) Engineering
  and Test Support. The Environmental Test Article (ETA) is an
  Orbiter- configured ECLSS test chamber which includes an Active
  Thermal Control Systems and Atmospheric Revitalization Systems.
  It is the only integrated facility of its kind to support payload
  testing, flight anomaly testing, flight configuration system
  performance evaluations and system upgrade performance evaluations
  for the Orbiter. The Life Support Systems Integration Facility
  (LSSIF) is a large three story closed chamber that has been
  outfitted for integrated testing of regenerative life support
  hardware with human test subjects. The government intends to
  solicit and negotiate with only one source. Negotiations are
  anticipated with Hamilton Standard Management Services, Inc.
  (HSMS). The preponderance of flight hardware used in the ETA
  and LSSIF have been provided to JSC through previous contracts
  with HSMS. HSMS has significant experience with the ETA hardware,
  the advanced regenerative ECLSS hardware in the LSSIF, and
  ECLSS test activities, as well as possesses unique company-owned
  trouble-shooting equipment which would be unavailable to another
  contractor, which make it cost- ineffective as well as harmful
  to program schedules for the government to contract with another
  vendor for this effort. See Numbered Notes 22 and 26. Requests
  for copies of the RFP must be submitted to the contract specialist
  or the contracting officer. An ombudsman has been appointed
  to hear concerns from offers and potential offerors during
  the preaward and postaward phases of this acquisition. The
  purpose of the ombudsman is not to diminish the authority of
  the contracting officer, the Source Evaluation Board, or the
  selection official, but to communicate concerns, issues, disagreements,
  and recommendations of interested parties to the appropriate
  Government personnel and to work to resolve them. When requested,
  the ombudsman will maintain strict confidentiality as to the
  source of the concern. The ombudsman does not participate in
  the evaluation of proposals, the source selection process,
  or the ajudication of formal contract disputes. Interested
  parties are invited to call the installation ombudsman, Brian
  Duffy at 281-483-6050. Concerns, issues, and disagreements
  which cannot be resolved at the installation may be referred
  to the NASA ombudsman, Tom Luedtke at 202-358-2090. RFP will
  be released on or about 15 days after publication in the Commerce
  Business Daily (CBD). Firm date for receipt of offers will
  be stated in the RFP. All responsible sources may submit an
  offer which shall be considered by the agency. If there are
  any questions, the contract specialist may be contacted via
  E-mail at jjohnso2@ems.jsc.nasa.gov or by phone at (281) 483-1862
  or the contracting officer may be contacted via E-mail at lrea@ems.jsc.nasa.gov
  or by phone at (281)
CITE: (I-351 SN012447)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: J--DOCKSIDE REPAIR NOAA SHIP OREGON II
SOL 51-EANA-7-00029
DUE 013097
POC Ingrid L. Sparger, (757)441-6562  
DESC: j--DOCKSIDE REPAIR - NOAA SHIP OREGON II, TO BE PERFORMED
  AT THE NATIONAL MARINE FISHERIES IN PASCAGOULA, MS.  PERFORMANCE
  PERIOD TO COMMENCE APPROXIMATELY MARCH 3, 1997, AND SHALL BE
  COMPLETED ON OR BEFORE APRIL 2, 1997. BASIC CONTRACT ITMES
  WILL INCLUDE LIFERAFT INSPECTION; ELECTRICAL REPAIRS; MSD FAST
  SYSTEM REPAIRS; PIPING REPAIRS; HYDRAULIC SYSTEM REPAIRS; AND
  OTHERS.  VESSEL WILL BE AVAILABLE FOR INSPECTION IN JANUARY
  1997, IN MOREHEAD CITY, NORTH CAROLINA (DATES TO BE PROVIDED
  IN THE SOLICITATION).  CHARACTERISTICS OF NOAA SHIP OREGON
  II:  LENGTH OVERALL - 170 FEET, BEAM (MOULDED) - 34 FEET, FORWARD
  DRAFT - 11 FEET- 4 INCHES, AFT DRAFT - 13 FEET- 4 INCHES, DISPLACEMENT
  - 870 LONG TONS, PROPULSION - DIESEL, SINGLE SCREW CPP, TWIN
  FAIRBANKS-MORSE 720 BHP EACH, CRUISING SPEED - 12 KNOTS, ELECTRIC
  SERVICE - 440 VOLTS AC, 3 PHASE, 200 AMP SERVICE (100 AMP LOAD
  AVG.)  ALL RESPONSIBLE SOURCES MAY SUBMIT A BID WHICH SHALL
  BE CONSIDERED BY THE AGENCY.  COPIES OF THE SOLICITATION WILL
  BE PPROVIDED IN RESPONSE TO WRITTEN OR FAXED REQUESTS RECEIVED
  DIRECTLY FROM THE REQUESTOR.  TELEPHONE REQUESTS WILL NOT BE
  HONORED.  REQUESTS FOR COPIES OF THIS SOLICITATION MAY  BE
  FAXED TO (757) 441-3786.  NUMBERED NOTES 1 AND 26 APPLY.  

EMAIL Ingrid.L.Sparger@noaa@gov 
EMAILDESC: 
CITE: (W-351 SN012467)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave., Ste 315, Code
  CTQSR, Quantico, VA 22134-5010
SUBJECT: K--MODIFICATION OF H-60 GUN MOUNT FOR USE ON RIVERINE
  ASSAULT CRAFT
SOL M67854-97-M-2029
DUE 123196
POC Mr. Stephen L. Riffe 703-784-5822 Ext X228 FAX 703-784-5826.
DESC: The United States Marine Corps System Command intends to
  negotiate a sole source contract with Military Systems Group,
  Inc. of Nashville, Tennessee, for the modification of their
  H60 gun mount to a H24 gun mount. The modification will allow
  the mount to accommodate and employ the recently fielded M240G
  machine gun. The H24 mount, which has been previously safety
  certified, will be used on the Riverine Assault Craft. This
  modification is projected to occur during FY-97. Interested
  persons must provide a statement of interest within 15 days
  of this announcement to the Contract Person listed above.
CITE: (I-351 SN012321)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: K--UPGRADE GENERAL PURPOSE ELECTRONIC TEST STATIONS
  (GETS)
SOL DAAH01-97-R-0075
DUE 013197
POC Jeff Fowler, Contracting Officer, AMSMI-AC-CACB, (205)876-5590
  Randall Allen, Contracting Officer, AMSMI-AC-CACB, (205)842-7819
  (PCA).
DESC: Upgrade existing GETS test equipment to the latest PATRIOT
  Project Office (PPO) approved configuration through procurement
  of GETS modification kits and installation services. See Numbered
  Note(s): 22.
CITE: (I-351 SN012480)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box
  21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747
SUBJECT: L--11,00 HOUR TOP-END OVERHAUL ON ONE CATERPILLAR D3512
  DIESEL GENERATOR AT USCG LORAN STATION PORT CLARENCE, NOME,
  ALASKA
SOL DTCG87-97-P-643021
DUE 011397
POC L. S. Fermin, Procurement Assistant, (907)463-2413
DESC: DTCG87-97-P-643021 - 11,000 Hour Top-End Overhaul/Caterpillar
  Generator, USCG Loran Station Port Clarence, Nome, Alaska Request
  for Quotations DTCG87-97-Q-643021 due 01/13/97 POC Loni Fermin,
  Procurement Assistant, (907) 463-2413. Provide all equipment,
  common and special tools, travel and incidentals necessary
  to perform factory recommended 11,000 hour service, inspection
  and rebuild procedures on (1) Coast Guard owned Caterpillar
  model 3512, serial number 67Z01067 generator located at USCG
  Loran Station Port Clarence. Work includes, but is not limited
  to providing all labor necessary for the inspection and rebuild
  procedures, including parts/materials as outlined in the Caterpillar
  recommended 11,000 hour service and rebuild procedures listed
  in Caterpillar Publication SEBU6103-4 dated 4/1/94, SEBU6701-01
  dated 11/1/93. Upon completion of 11,000 hour overhaul the
  Contractor shall test run the engine generator under full load
  for four (4) hours and verify factory operating specifications.
   The Contractor is responsible for his own transportation and
  that of his equipment to and from LORAN Station Port Clarence.
   Work must be performed by a master factory trained mechanics
  for work on 3512 generator.  Work shall be accomplished in
  a professional manner and in strict adherence to current Caterpillar
  company recommended requirements and procedures and complete
  all work within 45 days of award of Purchase Order.  All parts
  used shall be genuine Caterpillar Tractor Co. parts meeting
  all manufacturer original equipment specifications.  The standard
  subject identification code is 7699 and the average sales for
  the previous 3 years is $3.5 million.  Request for Quotation
  to be issued 03 January 1997.  Quotations must be submitted
  to this office no later than 13 January 1997.  This Notice
  is for informational purposes for Minority, Women-Owned and
  Disadvantaged Business Enterprises: The Department of Transportation
  (DOT), Office of Small and Disadvantaged Business Utilization
  (OSDBU), has a program to assist minority, women-owned and
  disadvantaged business enterprises to acquire short-term working
  capital assistance for transportation-related contracts.  Loans
  are available under the DOT Short Term Lending Program (STLP)
  at prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500,000.  For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169.  For information concerning the acquisition,
  contact the contracting official listed above.  There is no
  charge for these documents. All responsible sources may submit
  a Quotation which shall be considered. Quotations may be submitted
  via facsimile (907) 463-2416.    L.Fermin/CEUJuneau@internet.uscg.mil
   Civil Engineering Unit
CITE: (D-348 SN012125)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: L--ENGINEERING AND TECHNICAL SERVICES
SOL N00140-97-R-0262
POC David Gagliardi, Contract Negotiator, (215)697-9626.
DESC: The Fleet and Industrial Supply Center (FISC) Norfolk Det
  Philadelphia intends to acquire non-personal Contractor Engineering
  and Technical Services (CETS) by qualified field service personnel
  for the purpose of informing, instructing and training Department
  of the Navy Personnel in the installation, operation and maintenance
  in support of the F-14 Aircraft Program - Development Test
  Equipment (DTE) and Interim Peculiar Ground Support Equipment
  (IPGSE) for the F-14 Avionics and AN/ASM-175. The proposed
  procurement consists of one (1) tasks:(#30439). The basic contract
  period will be 01 March 97 through 30 September 97. The task
  will also contain three option periods (two 12-month periods
  plus a third 3-month option period. The period of performance,
  inclusive of option will total 34 man months. This period covers
  the Government's minimum needs.The solicitation will contain
  specifications for Contract Field Services (CFS) as appropriate.
  Services will be at the Intermediate and/or Organizational
  level, as specified. The place of performance for the task
  will be NAWC WPNS DIV Point Mugu, CA. The solicitation will
  contain specification and qualifications for the types of services
  required. A Labor Hour contract is anticipated. All responsible
  sources may submit a proposal which shall be considered by
  the Fleet and Industrial Supply Center (FISC) Norfolk Det Philadelphia.
  The solicitation will require the submission of cost/price
  and technical proposals. Requests for solicitations should
  be made by letter or telefax directed to FISC Det Phila Code
  0343C FAX 215-697-9738. The applicable Standard Industrial
  Classification Number is 8711. SYN 053.
CITE: (I-351 SN012476)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services--Potential Sources
  Sought
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: L--CONTRACTOR ENGINEERING AND TECHINCAL SERVICES
SOL 97-002
POC L. DiToro, Contract Administrator (215)697-0133/0134.
DESC: SEND ALL REQUESTS TO NAESU, 700 ROBBINS AVE., BLDG., 2A,
  PHILADELPHIA, PA 19111-5084. ATTN: CODE 2.6.1.B. This is a
  SOURCE SEEKING SYNOPSIS for Contractor Engineering and Technical
  Services (CETS) in support of F18, S3, and P3 Aircraft Equipment.
  This synopsis is being issued in an attempt to develop a full
  and open competitive environment for the acquisition of CETS
  for the specific programs listed herein should they become
  an official procurement. NOTE: THESE ARE NOT REQUESTS FOR PROPOSALS.
  THIS IS NOT A FORMAL PROCUREMENT AND THEREFORE THERE IS NOT
  SOLICITATION. The sources sought/market survey is published
  in order that potential sources may learn of futures CETS requirements.
  This synopsis is seeking Contractor Field Service (CFS) personnel
  and their primary purpose is to provide to Navy and Marine
  maintenance technicians on-site proficiency training, technical
  guidance and information in the evaluation of unusal field
  problems and render technical guidance related specificially
  to the programs cited below. The object of CFS is to elevate
  the technical skills and abilities of Military and Civilian
  personnel of the Department of Defense responsible for the
  operation and maintenance of the system/equipment to the level
  of self-sufficiency. CFS personnel must be "experts" on the
  specific programs/equipment listed herein and must be able
  to provide and teach formal on-site classroom courses and on-the-job
  training for these programs and must be able to do so their
  first day on the job. They must be able to provide a liaison
  through which technical information related to maintenance
  and operational problems available in the plant can quickly
  be disseminated to Military and Civilian personnel of the Department
  of Defense. Firms having the engineering and technical field
  service capabiilities described about are invited to submit
  complete information to the office listed. Information should
  include: the total number of employees and professional qualifications
  of personnel specially qualified in the CETS area as outlined;
  an outline of previous CETS efforts including specific services
  previously performed or being performed in the listed CETS
  area; specific resumes of representatives detailing their qualifications
  and any other available descriptive literature. Respondents
  WILL NOT be notified of the results of the evaluation of the
  information submitted, however, sources deemed fully qualified
  will be included on the recommended source list if this become
  a formal procurement. This effort may include up to 168 work
  months of support during the period 1 Jan 98 through 31 Dec
  99 at a single or multiple locations (world-wide or aboard
  ship). The CFS personnel shall provide instruction, information
  and training to DOD personnel in the installation, operation,
  and maintenance of: PROGRAM: F-18; EQUIPMENT: FLIR and HARM,
  AAR42; HARM Avionics AAS38 F18 Forward Looking Infrared Including
  AAM60 and Associated Equipment, Peripherals and Software Interpretation
  Including CATIIID; BILLETS General Electronics; PROGRAM: S3;
  EQUIPMENT: OR89/AA, OR/263, AAR-42 Forward Looking Infrared
  Radar, APR-137 Radar, ASQ-81 Magnetic Anomaly Detection; Billet:
  Radar. PROGRAM: P3; EQUIPMENT: AN/APS-137(V)2 Inverse Synthetic
  Aperature Radar, (ISAR) system and associated support equipment.
  Billet: Radar. These servces will also be in connection with
  diagnosing and correcting problems which keep equipment in
  a "down" status. CFS personnel must be capable of handling
  the most complex and intricate equipment problems. Access to
  and understanding of the technical data based for the equipment
  listed herein is essential. Responses should be submitted in
  writing to Commanding Officer, NAESU, 700 Robbins Ave., Bldg.
  2A, Philadelphia, PA 19111-5084, Attn: Code 2.6.1B within 20
  calendar days from publication of this notice. Your reply should
  cite NAESU Reference No. 97-002 and the date/issue of the CBD
  synopsis to which you are replying. Address the specific systems/equipment
  referenced in the synopsis for which you possess the requisite
  technical capability. The NAESU points of contact are Ms. K.
  Cane (Competition Advocate) for contractual matters at (215)697-0133/34
  or for technical matter T. Ricci at (215)697-0112. SYN 051.
CITE: (I-351 SN012479)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: N -- INTEGRATED MODIFICATIONS FOR F-14 AIRCRAFT
SOL N/A
POC Contact, Jennifer M. Chropuvka, Phone (703)604-6100
DESC: The Naval Air Systems Command (NAVAIRSYSCOM) intends to
  award a contract to the Northrop Grumman Corporation, Bethpage,
  New York for the concurrent installation of some or all of
  the following systems and structural modifications onto F-14
  aircraft: ALR-67 Radar Receiving Set; Bol Chaff; Digital Flight
  Control System (DFCS); Embedded Global Positioning System (GPS)
  Inertial Navigation System (INS)(EGI); Miniaturized Airborne
  GPS Receiver (MAGR); Night Vision; Low Altitude Navigation
  and Targeting InfraRed for Night (LANTIRN); Rockets; TARPS
  Digital Imagery (DI); Wing Leading Edge; and Fuselage Station
  353 Frames. Northrop Grumman, as the original designer, developer,
  and sole producer of the F-14 aircraft, is the only known source
  who possesses the required expertise and knowledge to execute
  a concurrent installation of some or all of these systems onto
  F-14 aircraft in time to meet fleet deployment requirements.
  See note No. 22 - NAVAIR Synopsis No. 20194-96.
CITE: (I-348 SN012132)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, 200 Veterans Ave., Beckley, WV 25801
SUBJECT: Q -- SCARCE MEDICAL ONCOLOGIST
SOL RFP 517-11-97
DUE 020697
POC David Kekel, Contracting Officer, 304-255-2121 X4136
DESC: Service of contractor to provide 1 Radiation Oncologist
  to the VA Medical Center, 200 Veterans Ave, Beckley, WV 25801
  for a period of 1 year with 1 renewable option year. Contractor
  will conduct an oncology outpatient clinic at the Medical Center
  twice a week that will consist of, but not limited to, Evaluation,
  Follow-up, and Treatment. Will also be required to provide
  inpatient consultations on an as needed basis. Oncologist must
  be certified by the American Board of Medicine and is either
  board certified or has documented evidence of successfully
  treating patients in the field of Hematology/Oncology over
  the past five (5) years. Will be required to go through the
  credentialing and privileging requirements of the VA Medical
  Center, Beckley, WV. Requests for solicitation package must
  be submitted in writting or faxed to (304) 256-5498. SIC 8011.
CITE: (I-348 SN012129)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DHHS, Indian Health Service, Office of Health Program
  Research and Development, Contracts and Grants Branch, 7900
  South J. Stock Road, Tucson, Arizona 85746-9352
SUBJECT: Q--PROFESSIONAL PROVIDER HEALTH CARE SERVICES
SOL RFP No. 249-97-R-0004
DUE 123197
POC Monica R. Mendoza, Contract Specialist, (520) 295-2464 or
  Lyska A. Lomayesva, Senior Contracting Officer, (520) 295-2456.
DESC: Provide professional provider health care services to Native
  Americans and Alaska Natives who are Indian Health Service
  (IHS) Contract Health Service (CHS) eligible beneficiaries.
  Services are to be provided in the Contractor's facilities
  or in a hospital located within the Tucson Area IHS CHS delivery
  area where physicians have staff privileges. In accordance
  with the IHS Payment Policy, the IHS will contract only with
  those providers who will accept, as payment in full, reimbursement
  at rates no higher than the prevailing Medicare allowable rates
  (including deductibles and co-payment). Period of performance
  to be one year from the date of award plus four one-year option
  periods. Multiple awards may result from this solicitation.
  All responsible sources may submit a proposal that will be
  considered by the agency. Anticipated release date for solicitation
  is January 6, 1997.
CITE: (M-351 SN012349)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DHHS, Indian Health Service, Office of Health Program
  Research and Development, Contracts and Grants Branch, 7900
  South J. Stock Road, Tucson, Arizona 85746-9352
SUBJECT: Q--DENTAL SERVICES
SOL RFP No. 249-97-R-0005
DUE 013197
POC Monica R. Mendoza, Contract Specialist, (520) 295-2464 or
  Lyska A. Lomayesva, Senior Contracting Officer, (520) 295-2456.
DESC: Provide dental services to Native Americans and Alaska
  Natives who are Indian Health Service (IHS) Contract Health
  Service (CHS) eligible beneficiaries. Principle users will
  be members of the Pascua Yaqui Tribe. Services are to be provided
  in the Contractor's facilities. Period of performance will
  be one year from the date of award plus two one-year option
  periods. Multiple awards may result from this solicitation.
  All responsible sources may submit a proposal that will be
  considered by the agency. Anticipated release date for solicitation
  is January 6, 1997. Anticipated award date is April 1, 1997.
CITE: (M-351 SN012364)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, 421 North Main Street, Northampton,
  MA 01060-1288
SUBJECT: Q--PHYSICAL THERAPY SERVICES
SOL 631-3-97
DUE 020497
POC Douglas R. Brown
DESC: The VA Medical Center is seeking Physical Therapy Services
  to be performed at the VAMC, Northampton, MA and SOPC, Springfield,
  MA for the period 3/1/97-2/28/98, with 1 one-year option for
  renewal. The physical therapists assigned by the contractor
  to perform the services shall be licensed, and the physical
  therapist assistants shall be certified, in a state, territory
  or commonwealth of the United States or District of Columbia.
  Requests for RFP must be in writing or via fax at 413-582-3119.
  Solicitation documents will be available approximately 1/2/97.
CITE: (I-351 SN012446)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Housing and Urban Development, 301
  West Bay Street, Suite 2200, Jacksonville, Florida 32202-5121
SUBJECT: R -- REAL ESTATE PROPERTY SALES CLOSING SERVICES
SOL 001-97-063
DUE 013197
POC Contact Mary Freyling, Government Technical Representative,
  (904) 232- 1983.
DESC: Real Estate Property Sales Closing Services for properties
  owned by the U.S. Department of Housing and Urban Development.
  The geographic area covered by this solicitation includes Duval,
  Clay, Putnam, St Johns, Flagler, Nassau and Baker Counties
  in Florida. The contract will be for one year with four option
  years. All responsible sources may submit a bid. Requests for
  solicitations must be in writing via U.S. mail or to facsimile
  number (904) 232-1752. See Numbered Note(s): 1.
CITE: (I-348 SN012151)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: R --ENGINEERING SERVICES
SOL F09603-97-R-51923
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Jerry Brady/Lnkb/[912]926-2607
DESC: This Purchase Request is initiated to obtain Engineering
   Services for the USM-464 Proof of the concept for a display
  and software media performance enhancement. This effort on
  the ALQ-122 TPS is for a notebook computer to replace the Miltope
  Hard Disk and Centeral Processor. Fax No: 912-926-7572 Classified
  The approximate issue/response date will be 06 Jan 97. To:
  Lockheed Martin Corp, Nashua Nh 03061-0868. 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. This acquisition may/does
  involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
  See Note (s) 22, 26.
CITE: (I-349 SN012173)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: R --ENGINEERING SERVICES
SOL F09603-97-R-51924
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Jerry Brady/Lnkb/[912]926-2607
DESC: This purchase request is initiated to obtain Engineering
   Services for the USM-464 to test two new Prototype Solid State
  High Band Generators. Prototypes will be used to validate performance
  of the new design to enter into a Production Contract. Fax
  No: 912-926-7572 Classified The approximate issue/response
  date will be 06 Jan 97. To: Lockheed Martin Corp, Nashua Nh
  03061-0868. 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. This acquisition may/does involve technology
  that has a military or space application. The only US contractors
  who may participate are those that are certified and registered
  with DLSC (1-800-352-3572) and have a legitimate business purpose.
  US contractors must submit a copy of their current, approved
  DD Form 2345 with their request for solicitation. To request
  this certification, write to the Commander, Defense Logistics
  Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek
  MI 49017- 3084 and request a copy of Department of Defense
  Form 2345 or call DLSC at the above number. The solicitation/data
  package will be mailed to the data custodian identified in
  block 3 of the DD Form 2345. The extent of foreign participation
  has not yet been determined. MOU country sources must contact
  the Contracting Officer within 15 calendar days of the date
  of this synopsis notice to receive a copy of the solicitation
  at the time it is initially issued. Issuance of the RFP will
  not be delayed to review requests from MOU country sources
  received after 15 days or from non-MOU country sources. Nothing
  in this notice contradicts other restrictions, identified in
  the synopsis notice or solicitation, regarding eligible sources
  (e.g., if this is a small-business set-aside, foreign sources
  may not participate as potential prime contractors but could,
  if otherwise eligible, participate as subcontractors). See
  Note (s) 22, 26.
CITE: (I-349 SN012174)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Federal Energy Regulatory Commission (FERC), 888 First
  Street, NE, Washington, DC 20426
SUBJECT: R--HYDROELECTRIC ENVIRONMENTAL SUPPORT SERVICES
SOL FERC97-RFP-70171
DUE 010897
POC Steven A. Shapiro, Contract Specialist, 202-219-1154, FAX
  202-208-0987,  David F. Orszak, Contracting Officer
DESC: The Federal Energy Regulatory Commission (FERC) has a requirement
  and intends on awarding a contract for an estimated one year,
  plus four - one year options.  The proposed award is for environmental
  support services in the area of water resources management
  relating to licensing and compliance, dam safety and inspections.
   FERC plans on conducting a pre-solicitation conference on
  or about  January 14, 1997.  The purpose of the pre-solicitation
  is to inform prospective  contractors about the FERC's hydroelectric
  requirements, the major evaluation criteria, and the overall
  procurement process.  Interested offerors should notify Mr.
  Shapiro prior to January 8, 1997, in writing.  All eligible
  offerors responding to this notice will receive a copy of the
  draft statement of work at the conference or by mail if unable
  to attend the conference.  No solicitation is available at
  this time.  Responses to this notice will be considered as
  a request for the solicitation as no further Commerce Business
  Daily announcements will be issued.  Upon issuance of the solicitation
  all eligible offerors may submit a proposal for consideration
  to the agency.  Note 26 applies.  All interested parties should
  reply by either mail or telefacsimile to the address and number
  stated above. 
LINK n/a
LINKDESC: 
EMAIL steve.shapiro@ferc.fed.us
EMAILDESC: 
CITE: (W-351 SN012279)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Federal Energy Regulatory Commission (FERC), Division
  of Procurement, 888 First Street NE, Room 4J-03 Washington,
  DC 20426
SUBJECT: R--HYDROELECTRIC ENVIRONMENTAL SUPPORT SERVICES
SOL FERC97-RFP-70171
DUE 010897
POC David F. Orszak, Contracting Officer, Steven A. Shapiro,
  Contract Specialist, (202)219-1154,fax (202)208-0987
DESC: The Federal Energy Regulatory Commission (FERC) has a requirement
  and intends on awarding a contract for an estimated one year,
  plus four - one year options. The proposed award is for environmental
  support services in the area of water resource management relating
  to licensing and compliance, dam safety and inspections.FERC
  plans on conducting a pre-solicitation conference on or about
  January 15, 1997. The purpose of the pre-solicitation conference
  is to inform prospective offerors about the FERC's hydroelectric
  requirements, the major evaluation criteria, and the overall
  procurement process. Interested offerors should notify Mr.
  Shapiro prior to January 8, 1997, in writing.  All eligible
  offerors responding to this notice will receive a copy of the
  draft statement of work at the conference or by mail if unable
  to attend the conference.  No solicitation is available at
  this time.  Responses to this notice will be considered as
  a request for the solicitation as no further Commerce Business
  Daily announcements will be issued.  Upon issance of the solicitation
  all eligible offerors may submit a proposal for consideration
  to the agency.  Note 26 applies.  All interested parties should
  reply either by mail or by telefacsimile to the address and
  number stated above.
CITE: (I-351 SN012283)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--SUPPORT SERVICES
SOL N00024-97-R-6401
POC Patricia Watchorn, Contract Specialist, (703) 602-7501
DESC: The Naval Sea Systems Command has a requirement for support
  services for the Amphibious Warfare Program Office (PMS377)
  and LPD 17 Amphibious Transport Dock Ship Program Office (PMS317).
  This requirement will replace N00024-91-C-6456 with TRW Systems
  Division.  The total requirement is for approximately 2,124,604
  manhours consisting of a base year of 526,662 manhours plus
  four option years as follows:  Option 1:  415,374 manhours;
  Option 2: 383,508 manhours; Option 3: 399,530 manhours; and
  Option 4: 399,530 manhours.  Facilities should be located within
  close proximity to the Naval Sea Systems Command HQ.  Specifications
  are contained in Solicitation N00024-97-R-6401(Q) which will
  be posted on the INTERNET/WORLD WIDE WEB (WEB) on 03 January
  1997.  A limited number of hard copies will be available on
  a "first come, first served" basis beginning at 9:00 a.m.,
  03 January 1997 at the Naval Sea Systems Command, Zachary Taylor
  Office Building, National Center Building 3, NAVSEA Industry
  Liaison Office, Room 5E40, 2531 Jefferson Davis Highway, Arlington,
  VA.  Interested parties with INTERNET access can use WEB browsers
  such as NETSCAPE and MOSAIC to access the NAVSEA CONTRACTS
  WEB page at "http://sea02www.navsea.navy.mil/".  Users with
  dial-up host connection to the INTERNET (such as America On
  Line, CompuServe or Prodigy) can access the NAVSEA CONTRACTS
  WEB page by using their INTERNET access software and the address
  listed above.  The procurement package, which includes related
  files, (i.e. RFP, CDRLs and DD254) listed under the solicitation
  number, can be downloaded directly to your workstation.  In
  addition, offerors are hereby notified that any written requests
  submitted for copies of the solicitation will not be acted
  upon.  Offerors are required to obtain copies of the solicitation
  in the manner detailed above. Also, copies of the potential
  bidders list will be available only on the NAVSEA CONTRACTS
  WEB page and in the NAVSEA Industry Liaison Office approximately
  10 days after the posting of the solicitation. Questions concerning
  this procurement may be directed to Patricia Watchorn at (703)
  602-7501.
CITE: (I-351 SN012293)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Guard Bureau, Acquisition Contracting Division,
  Skyline VI,  Suite 401b, Falls Church, VA 22041-3201
SUBJECT: R--ADVERTISING SERVICES FOR THE SUPPORT OF THE NATIONAL
  GUARD BUREAU ARMY RECRUITING AND  RETENTION BRANCH
SOL DAHA90-96-R-0026
DUE 031597
POC Linda Krough, Contract Specialist, (703) 681-0625, or Ms.
  Barbara Mather, Contracting Officer, (703) 681-0626.
DESC: This modification is issued to change the release date
  of the RFP to on or about 15 March 1997. Proposals  will be
  due 30-45 days thereafter. DAHA90-97-R-0026 is the same RFP.
  If you have already submitted a request for the solicitation,
  there is NO NEED to resubmit your request.
CITE: (M-351 SN012334)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Office of Personnel Management, 1900 E Street, NW.,
  Room SB-427, Washington, DC 20415
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND PERSONNEL MANAGEMENT
  SUPPORT SERVICES
SOL OPM-RFQ-97-00236JDH
DUE 011597
POC Jackie D. Harris, Contract Negotiator, (202) 606-1570, Contracting
  Officer, Alfred F. Chatterton III, (202) 606-2240, FAX (202)
  606-1464.
DESC: The Office of Personnel Management (OPM), 1900 E Street,
  NW, Room SB 427, Washington, DC 20415, intends to issue Request
  For Quote Number OPM-RFQ-97-00236JDH that will lead to the
  award of multiple blanket purchase agreements for classification
  services supporting the Office of Merit Systems Oversight in
  Washington, DC. The contractors will be required to perform
  the following tasks for assigned General Schedule positions:
  (1) conduct fact-finding telephone interviews; (2) apply OPM
  classification standards; (3) apply Fair Labor Standards Act
  (FLSA) coverage criteria; (4) making classification and FLSA
  determinations; (5) assess related factors such as position
  description accuracy; and (6) document those determinations
  in  written evaluation statements. The contractors must possess
  knowledge of classification principles and policies, the FLSA,
  and the classification audit process. The contractors must
  also be able to communicate effectively orally and in writing
  and have a familiarity with the OPM and/or other Federal agency
  classification appeals process. The period of performance will
  be from the date of award through September 30, 1997. This
  procurement will be conducted as a set-aside for small business
  concerns. The SIC Code for this requirement is 8742. To be
  considered as a  small business, the firm's maximum annual
  receipts can  not exceed $5 million dollars. Requests for copies
  of the solicitation should be received, in writing,  no later
  than ten days  from the date of this listing. Telephone requests
  will not be honored. However, faxed  requests are acceptable.
  The fax number is (202) 606-1464. Only one copy of the RFQ
  will be sent to each requestor. The RFQ will be available electronically
  through OPM's procurement Homepage on the World Wide Web on
  or about December 31, 1996. To download the RFQ from the Home
  Page, you will need the following: a Personal Computer or terminal;
  a modem;  and communications software. The Web address for
  the OPM Procurement Home Page is: http://www.opm.gov/procure.
  If you download the RFQ, please send an electronic mail message
  to afchatte@opm.gov containing your company's name and address.
  This  will insure that you receive copies of any amendments
  issued to the  RFQ. See note 26. All responsible sources may
  submit an offer which will be  considered.
CITE: (M-351 SN012344)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Imagery And Mapping Agency, 3200 South Second
  Street, St. Louis, MO 63118-3399
SUBJECT: R--SIGN LANGUAGE INTERPRETER
SOL NMA40297R0002
DUE 022097
POC Contact Joan Reagan, Contract Specialist, 314-260-1206/Paulette
  Martin, Contracting Officer
DESC: The National Imagery and Mapping Agency (NIMA) in the St.
  Louis area is soliciting firm fixed price offers for deaf interpreting
  services. The performance period on the requirement type contract
  will be one year with 4 one year option periods. The interpreter
  will serve in a variety of settings including, but not limited
  to: recruitment interviews, career counseling, performance
  evaluation discussions, formal and informal meetings, ceremonies,
  specialized meetings, seminars and training programs all with
  a two hour maximum on continuous interpreting. The potential
  contractor will hold one of the following certificates: Interpreting
  Certificate and Transliterating Certificate; Certificate of
  Interpreting and Certificate of Transliterating; Comprehensive
  Skills Certificate; or a Midwest Quality Assurance Screening
  and Testing Certificate. Additionally, the contractor will
  have 5 years experience and will be required to adhere to Missouri
  State standards for interpreters. The contractor must be able
  to obtain a Top Secret, SCI clearance and maintain that level
  through the duration of the contract. A demonstration of receptive
  and interpretive skills is required prior to contract award.
  Skills required for contract performance will be demonstrated
  including interpreting simultaneously and with equal facility
  from spoken English to American Sign Language, Pidgin Signed
  English or Signed English and vice versa. The RFP will be available
  through written request only. Requests may be faxed to 314-260-1206,
  Joan Reagan. All qualified firms are welcome to propose. To
  certify as a small business concern, the company and its affiliates
  can not exceed an average annual receipt for the preceding
  three fiscal years of $5,000,000 in the SIC of 7389. See Notes
  1 and 26.
CITE: (I-351 SN012430)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Veterans Affairs (VA), Chief, A&MMS (90C),
  FORT LYONS, CO
SUBJECT: R--8712-A/E SERVICES FOR 8B- EAST PSYCHIATRIC WARD RENOVATION
SOL 567-07-97
DUE 012297
POC John G. Apodaca,(719) 384-3146, Contracting Officer
DESC: A/E Services for Project No. 567-310, 8B-East Psychiatric
  Ward Renovation. Services will include complete design, preliminary
  plans, working drawings, specifications and construction period
  services. Project includes significant work to create a modern
  treatment milieu for patient care. Project includes installation
  of elevator to access second floor. Construction cost estimated
  between $1,000,000 and $5,000,000. Responsible firms wishing
  consideration must demonstrate industrial hygienist capabilities
  for background asbestos check. Area of consideration is limited
  to a 250 mile radius. This is a Small Business Set-Aside, SIC
  8712. Firms wishing to be considered must submit SF 254/255
  to be received in this office by close of business January
  22, 1997 with a letter identifying project number. This is
  NOT A RFP.
CITE: (I-351 SN012444)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, NW., Room 2208, Washington, DC 20536
SUBJECT: R--ADMINISTRATIVE SUPPORT SERVICES--CUBAN LOTTERY
POC Joseph Garforth, (202) 514-3630, Contracting Officer.
DESC: This notice is for SOURCES SOUGHT for comments and a NOTICE
  OF AN IFB, NO OTHER NOTICE WILL BE ISSUED. The Immigration
  and Naturalization Service (INS) invites industry comments
  on the proposed approach for the acquisition of administrative
  support services for the Special Cuban Migration Program (SCMP).
  The SCMP is also known as the Cuban lottery. A draft solicitation
  will be issued in December/January, for industry comments.
  All comments or questions concerning the draft must be received
  in this office no later than 15 days, calendar days after the
  release of this draft. The INS will not respond in writing
  to comments received, nor will it release any comments to 
  industry. The INS will not incur any liability for nor will
  it pay any cost incurred in, responding to this request for
  comments. This draft may be requested in writing only either
  by FAX or by letter. No telephone inquiries or request will
  be accepted. Direct letter inquiries to Joseph Garforth, Contracting
  Officer, Immigration and Naturalization Service, 425 I St.,
  NW., Room 2208, Washington, DC 20536. Direct fax inquiries
  to Joseph Garforth (202) 514-3353. The final solicitation is
  expected to be issued February/March, 1997. All bids must be
  received by this office no later than 30 days after the release
  of the IFB. Only written request for the final solicitation
  will be  accepted, either by FAX or letter,  same address and
  fax number as above.
CITE: (M-351 SN012382)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers,
  Clock Tower Building, PO Box 2004, Rock Island, Illinois 61204-2004
SUBJECT: S--JANITORIAL SERVICES, ADMINISTRATION & MAINTENANCE
  COMPLEX, SAYLORVILLE LAKE, POLK COUNTY, IOWA
SOL DACW25-97-Q-0047
DUE 010397
POC Contact Rosanne Spencer (309) 794-5239/ Contracting Officer
  Bonnie R. Donelson (309) 794-5241
DESC: This project consists of Janitorial Services at Administration
  & Maintenance Complex at Saylorville Lake, Polk County, Iowa--Contract
  period will be March 1, 1997 - February 28, 1998 with two option
  years--Request for Quote will be furnished at no cost-The proposed
  procurement listed herein is uder the 100% Small Business Set
  aside.  The SIC code for this solicitation is 7033.
CITE: (I-348 SN012114)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration,Public Buildings Service,450
  Golden Gate Ave nue,San Francisco,CA 94102-3434
SUBJECT: S-JANITORIAL FOR SSA HUNTINGTON PARK
SOL GS-09P-97-KSC-0030
DUE 013197
POC Contact,Tracy Wilmot,415/522-3360,Contracting Officer,Tracy
  G. Wilmot,415/5 22-3360
DESC: Provide Janitorial and Related Services at the Social Security
  Building 630 3 Rugby Park, Huntington Park, CA.  This notice
  is issued to obtain proposals fr om all small business concerns
  qualified and interested in providing service for the building
  described herein.  This is a 100% small business set-aside
  acquisi tion source selection procedures will be utilized to
  evaluate offerors and selec tion based on greatest value. The
  approximate solicitation issue date is Decembe r 31, 1996,
  with a request for proposals scheduled for January 31, 1997,
  by 1:00 p.m. local time.  Period of Performance:  April 1,
  1997 through March 31, 1998 with four one-year option periods.
   Copies of this solicitation may be requested by FAX (415)
  522-3118 ATTN:  T. Wilmot or in writing to GSA, 4th Floor,
  9PMFC, 450 Golden Gate Ave., San Francisco, CA  94102. Telephone
  requests will not be a ccepted.
CITE: (I-348 SN012123)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: S--REFUSE COLLECTION SERVICES
SOL R1-16-97-641
DUE 012297
POC Contact Point, Audrey Boller, 406/329-3764, Contracting Officer,
  Susan Beron, 406/329-3769
DESC: The Forest Service requires Refuse Collection Services
  for the Bitterroot National Forest. Collection includes providing
  appropriate containers at designated locations on 4 Ranger
  Districts, 1 Job Corps Center, 1 Headquarters and an assortment
  of recreation sites and disposal at a landfill outside of Ravalli
  County, MT. This project will be advertised as a Commercial
  Item written quotation, and will be solicited under the new
  Simplified Acquisition Procurement (SAP) rules. Quotes are
  due January 22, 1997. Contract will be for the period of February
  1, 1997 through January 31, 1998. All responsible sources may
  submit an quote which will be considered.
CITE: (I-348 SN012126)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Public Works Office, Naval Weapons Station Earle Colts
  Neck, NJ 07722-5000
SUBJECT: S -- SHUTTLE BUS AND CHARTER SERVICES FOR NAVAL WEAPONS
  STATION EARLE
SOL N62472-97-B-2839
DUE 020697
POC Ms. Patricia Ring, Contract Specialist, (908) 866-2151.
DESC: This procurement is a 100% set-aside for small business
  concerns. The services required include the provision of all
  labor, material, fuel and equipment necessary to provide shuttle
  bus, van and charter services. Shuttle bus requirements when
  ordered include routes at Naval Weapons Station Earle between
  Waterfront and Main Station areas with stops at Malls during
  after hours periods. Charter buses may be required on weekend
  days or for special events. Shuttle van services when ordered
  include routes between Main Station Areas and Fort Monmouth
  Patterson Medical Clinic. More than one bus at a time for each
  route may be ordered depending upon the service requirements
  at the time of the order. The contract term shall commence
  within 15 days of Notice of Award and end on 30 September 1997,
  with Government options to extend the term of the contract
  for additional periods. Total duration of the contract, including
  the exercise of any options, shall not exceed 60 months (5
  years). NO COLLECT CALLS. Written requests only. FAX requests
  are acceptable. FAX no. is (908) 866-1122.
CITE: (I-348 SN012131)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Walter Reed Army Medical Center, Attn: DPCA, NAF Contracting
  Office, Washington, DC 20307-5001
SUBJECT: S--CONCESSION CONTRACT FOR FOOD SERVICE
SOL NAF-HH1-97-P-0001
DUE 012097
POC Veronica McKever, (202) 782-0321/0425/3619, Contracting Officer.
DESC: Concession Contract. Provide American Cuisine Food, personnel
  to cook,  wait on tables, clean dining/kitchen  areas, remove
  all trash from work area. Anticipated date of release is 30
  January 1997. Sources  wishing a copy of this solicitation
  should request in writing to the address above, no telephone
  request will be accepted. Sources requesting this solicitation
   package shall enclose Tax Identification Number with request.
CITE: (M-351 SN012295)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA, Property Management Contracts Br., 5 PMC Room 3324
  (DPN 33-3), 230 South Dearborn Street, Chicago, IL 60604-1696
SUBJECT: S--MAJOR GENERAL EMMETT J. BEAN CENTER
SOL GS-05P-97-GAC-0016
DUE 032797
POC Evelyn Smith, (312) 353-3955.
DESC: Establish and operate, in the contractor's name, the food
  service facilities at the Major General Emmett J. Bean Center,
  8899 East 56th St., Indianapolis, Indiana, for the purpose
  of dispensing food, nonalcoholic beverages and such other items
  as may be authorized by the Contracting Officer, in accordance
  with all terms and conditions specified in the solicitation.
  This cafeteria is to be operated for the benefit of approximately
  4200 employees, who will be occupants of the above referenced
  building. The Government shall not be held responsible for
  any variation from this employee population figure, since the
  extent of occupancy is not guaranteed. The contractor shall
  make a financial investment over the term of   the contract
  to improve and include innovative approaches in the provision
  of the Cafeteria, the ``C'' Store concept and the required
  vending. The contractor shall indicate in detail the proposed
  concepts, plans, operation, and financial investment the company
  is making in this offer. The contractor can use the space and
  all Government-owned equipment in the 1st floor existing cafeteria
  to enhance his proposal. The contractor shall propose new market
  techniques to provide the Cafeteria service in a ``Food Court''
  setting with a wide variety of food selections prepared and
  served at the point of service. In addition to the typical
  cafeteria type service, the contractor shall   provide a detailed
  description of the latest market concepts such as self-service
  soup, pasta, salad, potato, taco and sandwich bars; pizza,
  chicken, and fast food stations. The contractor may offer services
  each day or may schedule alternate service days. As a means
  to provide a variety of selections, the contractor may provide
  his own concepts and products and/or incorporate product branding.
  The contractor shall develop, design and install all decor
  and equipment that is necessary for his proposed operation
  in the existing 1st floor serving area. This proposal shall
  include a detailed scope of work, floor plans, and equipment
  details including installation. The   contractor shall include
  a detailed financial breakdown of the required investment (including
  installation) the company is willing to invest and depreciate
  over the five year terms of the contract. The estimated start
  date is August 1, 1997. Contact Evelyn Smith by mail, phone,
  or FAX (312) 353-0240 to obtain a complete solicitation. You
  may also submit E-mail requests to EVELYN.SMITH@GSA.GOV.
CITE: (M-351 SN012300)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Regional Contracts Office, USAID/Dakar, Department of
  State, Washington, D.C. 20521-2130.
SUBJECT: S--ADVISORY SERVICES TO THE GOVERNMENT OF SENEGAL RELATING
  TO THE PRIVATIZATION OF A PARA-STATAL ORGANIZATION.
SOL N/A
DUE 010697
POC Carlton M. Bennett, Regional Contracting Officer, USAID/Dakar,
  Dakar, Senegal. International Telephone No. (221)23-58-80,
  International Fax (221)23-29-65.
DESC: The United States Agency for International Development,
  USAID/Dakar, announces its intent to award a sole-source, follow-
  on contract to Price Waterhouse LLP of Arlington, VA. Under
  the proposed contract Price Waterhouse shall provide advisory
  services to the Government of Senegal in their efforts to privatize
  SONACOS, the peanut oil para-statal. Price Waterhouse provided
  similar services to the Government of Senegal under a USAID-financed
  Indefinite Quantity Contract (IQC). The expiration of the IQC
  prior to the successful completion of the privatization of
  SONACOS necessitates the award of this contract. The justification
  for this sole-source award is Section 706.302- 70 of the USAID
  Acquisition Regulations or AIDAR, which provides authority
  to waive full and open competition when it would impair or
  otherwise have an adverse effect on programs conducted for
  the purpose of foreign aid, relief, and rehabilitation. The
  involvement of Price Waterhouse in the early stages of the
  privatization effort has been a key factor in the success that
  the Government of Senegal has obtained thus far. Successful
  completion of the privatization process requires continued
  involvement by Price Waterhouse. Estimated Cost of the Contract
  is $270,000. Price Waterhouse LLP, 1616 Fort Myer Drive Arlington,
  Va. 22209. International Address: USAID/Dakar Residence Mbacke
  2, Avenue Abdoulaye Fadiga Dakar, Senegal. See Note 22.
CITE: (I-351 SN012313)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA, Philatlantic Realty Services District, The Wanamaker
        Building 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: S--PROFESSIONAL SECURITY SERVICES AS DEFINED BY SOLICITATION
        DOCUMENTS.
SOL  GS-03P-97-AZD-0041
DUE 020497
POC  Point of Contact - John J. Mountain, Contract Specialist,
        215-656-6117, Contracting Officer - John J. Mountain,
  215-656-6117
DESC:  Indefinite quantity requirements term contract for professional
        security services described as armed, unarmed guard and
  building       security officer services as defined by the
  solicitation       specification.  The Contractor shall perform
  professional services as       required at owned and leased
  Federal facilities located in the listed       Counties of
  the southern part of the State of New Jersey.  This       requirement
  is 100% set aside for Small Business participation only.  
       SIC Code 7381.  The resulting contract award shall be
  for a one year       base period of performance, with the possibility
  of four consecutive       one year option periods of performance.
   Previous history:  This is a       first time solicitation
  for this expanded geographic area for required       services.
   There are incumbent Contractors performing similar type  
      services at some specified locations, however, this is
  a completely       revised scope of work.  Solicitation documents
  are expected to be       available on or about January 3, 1997.
   Copies may be obtained by       written request only directed
  to the attention of Ms. Dyann Jacobs, at       the address
  shown above, or by facsimile directed to the following    
    number: (215)656-6065.
CITE: (D-351 SN012339)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: S--OPERATION & MAINTENANCE (O & M) OF THE NATURAL GAS
  DISTRIBUTION AT FORT GEORGE G. MEADE, MD
POC Edward M. Rutherford, 410-962-0190/Contracting Officer, James
  K. Hershey, 410-962-0174
DESC: This office intends to award a GSA Schedule Areawide Utilities
  Contract, GS-OOP-93-BSD-0010 under FSC S111, to Baltimore Gas
  and Electric Company for privatization and service of the Natural
  Gas distribution system at Ft. George G. Meade, MD. Ft. George
  G. Meade conducted a study which showed that the privatization
  of it's natural gas distribution maybe cost effective.  Ft.
  George G. Meade, in compliance with Department of the Army
  policy, is pursuing the acquisition of natural gas service
  concurrent with the privatization (sale) of its natural gas
  system.  Privatization is the transfer (sale) of government-owned
  utility systems to private, cooperative, municipal or regional
  utility systems in situations where the privatization of the
  utility systems may be cost-effective without jeopardizing
  the reliability of service or the security of the mission.
  The contract period for gas service will not exceed 10 years.
  The Standard Industrial Classification (SIC) for this procurement
  is 4939 with a size standard of $5,000,000.  All responses
  sources may submit a bid, proposal, or quotation which shall
  be considered. Responses to this shall be in writing and no
  telephone or telefaxed requests will be accepted.
CITE: (I-351 SN012365)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 1st Contracting Squadron, 74 Nealy Avenue, P.O. Box 65775,
  Langley AFB, VA 23665-0775
SUBJECT: S--CUSTODIAL SERVICES
SOL F44600-97-R0002
DUE 011097
POC SSgt. Michael J. Costlow, (804) 764-7460.
DESC: This project consists essentially of, but is not limited
  to, providing Custodial Services at Langley Air Force Base,
  Virginia. This solicitation is considered for 100% set-aside
  competitive acquisition limited to eligible 8(a) concerns pursuant
  to the Small Business Act (15 U.S.C. 637(a)(1). Technically
  Acceptable Low Offer procedures will be utilized for this solicitation.
  The Standard Industrial Code is 7349. The performance period
  is 01 October 1997 through 30 September 1998 with options to
  extend up to a total of five years. Interested 8(a) concerns
  should request a copy of this solicitation expeditiously as
  possible since this solicitation will be issued without   further
  notice upon SBA acceptance of the requirement for the Section
  8(a) Program in accordance with FAR 5.205(f)(4). Telephone
  requests will not be honored. Written requests for bid sets
  may be made by facsimile (FAX No. (804) 764-7447).
CITE: (M-351 SN012371)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 60th Contracting Squadron, 60 CONS/LGCV, 350 Hangar Avenue,
  Bldg. 549, Travis AFB, CA 94535-2632
SUBJECT: S--PROVIDE LAUNDERING OF GOVERNMENT OWNED HOSPITAL LINEN
  FOR DAVID GRANT MEDICAL CENTER, TRAVIS AFB, CA
SOL F04626-97-B0006
DUE 013197
POC Vallarie V. Kilkenny, Contract Administrator, (707) 424-7752;
  Rena Fagan, Contracting Officer, (707) 424-7740.
DESC: To furnish all labor, personnel, equipment, supplies, facilities
  and transportation necessary to provide laundering of hospital
  linens in accordance with Title 22 specifications. This synopsis
  is issued in order to identify interested prospective bidders
  where the site of performance is unknown. This contract is
  subject to the Service Contract Act. Wage determinations have
  been requested for the following counties: Sacramento, Contra
  Costa, Alameda, San Joaquin, Solano, San Francisco, Santa Clara
  and Sonoma. The Contracting Officer will request wage determinations
  for additional localities if asked to do so in writing by 4:30
  p.m., Pacific Time,  23 Dec 96. Basic bid period (seven months)
  plus 4 one-year option periods. Work to be performed at contractor's
  facility. All responsible sources may submit a bid proposal
  which shall be considered. Issue on or about 31 Dec 96. The
  Standard Industrial Code 7219. The related Small Business Size
  Standard is $3.5 million. The proposed contract listed here
  is being considered 100% set aside for Small Business (SB)
  Concerns. Interested SB Concerns should provide in writing
  to the Contracting Officer as early as possible, but not later
  than 15 days after receipt of this notice specifically 1) a
  list of references past and present government/commercial contracts
  similar to the work described in  this notice, which includes
  the contract number,  title of contract, dollar value, name
  of person to contact, and telephone number 2)  a positive statement
  of self certification as a SB Concern. If adequate interest
  is not received from SB Concerns, the solicitation will be
  issued on an unrestricted basis. Therefore, replies to this
  office are required from all interested businesses as well
  as SB Concerns. Bidders's must provide a Zip+4 in return address
  when requesting the bid package. FAX all inquiries to (707)
  424-2389. Telephonic requests for bid packages will not be
  honored. This is not an acquisition of commercial items. See
  Note 26.
CITE: (M-351 SN012423)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: VA Medical Center, 1601 SW Archer Rd, Gainesville, FL
  32608-1197
SUBJECT: S--GARBAGE/TRASH COLLECTION & DISPOSAL
SOL 573-019-97
DUE 020797
POC Sally Thomas, Contract Specialist (352) 374-6022 FAX# (352)
  374-6117
DESC: Furnish all necessary labor, materials and transportation
  to perform the services "Collection and removal of Garbage/Trash
  from Government owned and Contractor provided receptacles"
  located at this Medical Center in conformance with the requirements
  and specifications of the contract. Contractor will assume
  full responsibility for compliance with all Federal, State,
  County and City Laws, rules and regulations governing removal
  and disposal of waste material. Bidders must have City of Gainesville
  license to haul or convey trash. Bidders must be experienced,
  with adequate equipment, facilities and personnel to perform
  this service. Solicitation will be available on or after 1/3/97,
  and pre bid conference and site inspection will be offered.
  Bid opening date 2/7/97 with a projected start date of 03/01/97
  through 02/28/98 with one additional year for renewal. All
  requests must be made in writing to the Contracting Officer,
  faxed request are acceptable. The Standard Industrial Classification
  (SIC) Code for this service is 4953.
CITE: (I-351 SN012481)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, Seattle, WA  98115-0070
SUBJECT: S -- SATELLITE COMMUNICATIONS VIA INMARSAT-C INTERNATIONL
  COMMUNICATION NETWORK.
SOL WASC7-713
DUE 123096
POC Randall Brown (206) 526-6226 FAX (206) 527-5448
DESC: Sources sought to provide continuous commercial satellite
  communications service via the Inmarsat-C internatonal communication
  network.  Vendor shall provide satellite communication service
  in order to provide data position reports sent from NMFS marine
  mobile units from various locations in the Pacific Ocean. 
  Data Position reports are used to track fishing vessels.  Period
  of performance shall be for one year.  This is a small purchase
  action with an estimated value of less than $100,000.  All
  responsible sources may submit a proposal which shall be considered
  by the agency.
CITE: (I-348 SN012117)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E.
  Warren AFB, WY 82005-2860
SUBJECT: S--ELECTRIC UTILITY SERVICE
POC Mrs. Gloria Hutchinson, (307) 775-3749, Contract Specialist.
DESC: Potential sources are being sought for electric utility
  service at F.E. Warren AFB, Wyoming. The estimated requirement
  is for 2,100 to 2,500 MWh monthly for an average yearly consumption
  of 26,600 to 27,800 MWh. Sources interested are requested to
  submit their request no later than 20 Dec. 96. In their request
  they must indicate their business status, large or small. This
  synopsis is an advance notice for information and planning
  only and is not a solicitation.
CITE: (M-351 SN012361)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Inst. of Health, National Cancer Inst., 6120
  ExecutiveBlvd., Rm. 634, Bethesda, Maryland 20892
SUBJECT: T--PRINTING: "UNDERSTANDING GENE TESTING"
SOL RFQ-NCI-70017(NQ)
DUE 011497
POC Cynthia Brown, Purchasing Agent, (301) 402-4509, Patricia
  Haun, Contracting Officer, (301) 402-4509.
DESC: Title: Understanding Gene Testing", 36 page text plus a
  4 page BRC & seperate 4 page cover. Level 1 printing and finishing
  attributes are required for this specification. Reference GPO
  publication 310.1 for attribute requirement. 150,000 copies
  and the final films used in the production of printing, 5-7/8"
  x 9-1/8", saddle wire stitch binding along the 9-1/8" dimension.
  Proofs: 2 sets of laminated color proofs, (for the entire publication),
  made only from films, stripped to show the full press sheet
  imposition, indicating guide, gripper and ruled-up for all
  the bindery trim-outs of each form, plus dylux proofs, with
  all elements in proper position, folded and trimmed to the
  final size. NCI, Office of Cancer Communications shall retain
  one complete proof set. Papers: covers -80lb. white #1 dull
  finish cover, target brightness of 87. (celesta, centura, signature,
  vintage, or an approved equal), text: - -80 lb. white #1 dull
  finish text, target brightness of 87., BRC - -110 lb. exact
  white index stock, or equal. Inks: 4 color process, gray PMS
  401, Gray PMS 404 and Black Ink. Solid inks required, no builds
  allowed. Inks shall contain MINIMUM percentages of vegetable
  oil in compliance with federal procurement mandates as follows:
  Heat-set litho/10%,sheet-fed litho?20%, forms/20%. Coating:
  spot gloss (or aqueous coat) and dry-trapped spot dull finish
  varnish out-side covers 1-4 only. Dry-trapped spot gloss varnish
  all the illustrations within the text pages having a PMS 404
  Dull Gray background color. Margins: bleeds, follow trim marks
  on furnished camera copy. All responsible sources may submit
  a quotation which shall be considered by the agency. See numbered
  note #1, **The RFQ will be available on or about 12/31/96 and
  written responses alog with descriptive material will be due
  on or about Jan. 13, 1997. NO collect calls will be accepted.
CITE: (I-351 SN012310)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  PSCS 6120 Executive Blvd., EPS/634 Bethesda, Maryland 20892-7227
SUBJECT: T--T- CANCER RESEARCH: BECAUSE LIVES DEPEND ON IT
SOL RFQ70019-NS
DUE 012297
POC Patricia Haun, Contracting Officer, 301-402-4509.
DESC: Title: "Cancer Research: Because Lives Depend on It, 6
  die cut File Folders, 78 pages of text copy and 1 die cut and
  glued file box. Level 2 printing and finishing attributes are
  required for this specification. Reference GPO Publication
  310.1 for attribute requirements. Quantity, 25,000 sets and
  the final films used in the production of printing. Trim Size,
  6 file folders: diecut to 11-1/2" x 18-5/8", folded once to
  11-1/2" x 9-5/8", file box: diecut to 15-1/2" x 20-7/8", fold
  & glued to 12" x 10" x (7/8"spine). 2 sets of Proofs: Provide
  laminated color proofs, (for all the diecut pieces), made only
  from films, stripped to show the full press sheet imposition,
  indicating guide, gripper and ruled-up for all the bindery
  trim-outs of each form, plus dylux proofs, with all elements
  in the proper position, folded and trimmed to the final size.
  NCI, Office of Cancer Communications shall retain a complete
  proof set. Paper: Folders & Box - 100 lb. white #1 dull finish
  cover, target brightness of 87. (Centura, Signature, Vintage,
  or an approved equal) Text Leaves - 70 lb. white #1 offset
  opaque text, target brightness of 89. (Hammermill, Simpson,
  Springhill, or an approved equal). Inks: PMS 1235 Orange, PMS
  2727 Blue and Dense Black. Solid inks required, no builds allowed.
  Inks shall contain minimum percentages of vegetable oil in
  compliance with federal procurement mandates as follows: Heat-set
  litho/10%, sheet-fed litho/20%, forms/20%. Coating: Overall
  aqueous coat, satin finish, the outside box only. Margins:
  Bleeds, follow trim marks on furnished camera copy. Display
  Examination: Examination of the camera copy is an integral
  part of these specifications. No additional payment will be
  allowed due the contractor's failure to examine the copy and
  thoroughly understand the nature and extent of the work to
  be performed. All responsible sources may submit a quotation
  which shall be considered by the agency. See number note 1.
  No collect calls will be accepted.
CITE: (I-351 SN012316)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: San Francisco Regional Printing Procurement Office, U.S.
  Government Printing Office, 536 Stone Road, Suite I, Benicia,
  CA 94510-1170
SUBJECT: T--OFFSET PRINTING
SOL Program 3971-S
DUE 011397
POC Richard Lee, (707) 748-1970. Contracting Officer: J. O'Connor.
DESC: Single award contract, from 2/1/97 to as late as 1/31/00--for
  Dept of Energy (SLAC)--copy pickup in, delivery to, Menlo Park,
  CA--??quarterly newsletter: approx. 4,000 copies of approx.
  28 to 68 (avg. 44 pages) per order--216 x 279 mm (8-1/2 x 11")--4/c
  process + Pantone color and aqueous coating--operations include
  copy pickup, proofs, press checks, printing, binding, delivery--15
  to 20 workday production schedule--quality attributes level
  II--bid request on firm's letterhead.
CITE: (M-351 SN012373)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services--Potential Sources Sought
OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK
  BATTALION AVE, FORT HOOD TX 76544-5059
SUBJECT: T--CIVILIAN ENTERPRISE NEWSPAPER
SOL PA0123-9612-1312
POC Contract Specialist Rebecca Coon - E-mail address: coonr@hood-emh3.army.mil
  or written request to Chet Nunley, Chief Internal Information,
  Public Affairs Office, III Corps & Ft Hood, Ft Hood, TX 76522
  (Site Code DAKF48)
DESC: The agreement between the current contractor and Fort Hood
  for the Fort Hood Sentinel Civilian Enterprise Newspaper will
  expire in August 1997. Fort Hood is interested in obtaining
  proposals to produce the Fort Hood Sentinel for one year with
  an optin to renew each year for five years. Proposals are due
  28 February 1997. The first newspaper is to be delivered no
  later than 7 August 1997. The Contractor shall provide all
  personnel, equipment, labor, supplies, tools, materials, supervision
  and other ites necessary to print and distribute a weekly civilian
  enterprise newspaper for III Corps and Fort Hood, Texas. Fort
  Hood will select the successful offeror by evaluating the reputation
  and proven ability of the offeror to provide 25,000 issues
  weekly of a newspaper whose appearance, layout, quality, and
  photo reproduction meet the current professional standards
  of the industry. The newspaper's editorial section ill be written
  and submitted to the Contractor each week by Fort Hood Public
  Affairs Office personnel. Offerors must provide evidence of
  responsibility, performance capability, and financial stability,
  to include ability to follow newspaper guidelines estalished
  in Department of Defense Instruction 5120.4-DOD Newspapers
  and Civilian Enterprises Publications; Army Regulation 210-10
  and Army Regulation 360-81. The successful offeror shall provide
  a choice of traditional type styles and special fonts to achieve
  a quality appearance consistent with current professional standards,
  demonstrate a capability to receive and transmit digital images
  via modem for use in n IBM Windows or equally capable computer
  system environment and demonstrate the proven quality of the
  offeror's full-color photographs and line art reproduced from
  digitally scanned images. The offeror selected will be responsible
  for all photographic bac shop and production work in accordance
  with the Public Affairs Officer's design instructions. The
  revenue which the Contractor receives from the sale of advertisements
  in the Fort Hood Sentinel shall constitute full payment to
  the Contractor. All
CITE: (I-351 SN012394)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: National Guard Bureau, Acquisition Contracting Division,
  Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va
  22041-3201
SUBJECT: U--C-130H/J AIRCREW REFRESHER TRAINING
DUE 021497
POC Gloria Freeman, (703) 681-0607
DESC: The National Buard Bureau, on behalf of the Air Reserve
  and USAF Active Duty components, has continuing requirements
  for refresher training for C-130H/J aircrews.  The subject
  procurement is a follow-on to the training currently being
  furnished under AETC Contract F41689-91-D-0501 by Reflectone
  Training Center.  The contemplated indefinite-quantity contract
  is anticipated to include a base period (remainder of FY97
  ) and four one-year option periods.  Solicitation release is
  anticipated on or about 3 January 1997. Proposals are anticipated
  due not later than 14 February 1997. Contract award is anticipated
  on or about 31 March 1997.  The required refresher training
  consists of (1) aircrew long course (five days per class, 18
  hours classroom instruction and 12 hours in an appropriately
  configured C-130H/J flight simulator; (2) aircrew short course
  (three days per class, 12 classroom hours and 12 C-130H/J flight
  simulator hours; and (3) crew resource management (CRM) (five
  hours per class, two classroom hours, a two hour line oriented
  flight training (LOFT) mission in C-130H/J flight simulator,
  plus a thirty minute each pre-and post-mission briefing). 
  Estimated number of classes per year (subject to change): FY97
  (40 long, 290 short, and 33 CRM); FY98 (80 long, 580 short,
  and 660 CRM); FY99 (80 long, 580 short, and 660 CRM); FY00
  (80 long, 580 short, and 660 CRM); FY01 (80 long, 580 short,
  and 660 CRM).  Detailed requirements will be specified in the
  solicitation document.  Responsible prospective offerors should
  request a copy of the solicitation in writing not later than
  3 January 1997.  Requests are to be submitted via letter or
  telefacsimilie to the Contracting Officer, Ms Robin Davis,
  at that above listed address (FAX: 703-681-0668).  Oral telephone
  requests will not be accepted.  Offerors must be capable of
  furnishing fully qualified courseware, instructors, training
  facilities, and C-130H flight simulators (available in H1,
  H2 and H3 configurations) immediately upon contract award.
   Like items for the C-130J configuration must be available
  not later than 1 Jul 1997.  To be considered fully qualified,
  courseware and flight simulators must be certified to USAF/FAA
  standards.  This notice does not obligate the government to
  issue requests for proposals or award contracts for the subject
  training services.  The government shall not be obligated to
  pay for any information developed and/or furnished by potential
  sources in response to this notice.       
CITE: (W-351 SN012262)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: National Guard Bureau, Acquisition Contracting Division,
  Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va
  22041-3201
SUBJECT: U--C-130H/J AIRCREW REFRESHER TRAINING
DUE 021497
POC Gloria Freeman, (703) 681-0607
DESC: The National Buard Bureau, on behalf of the Air Reserve
  and USAF Active Duty components, has continuing requirements
  for refresher training for C-130H/J aircrews.  The subject
  procurement is a follow-on to the training currently being
  furnished under AETC Contract F41689-91-D-0501 by Reflectone
  Training Center.  The contemplated indefinite-quantity contract
  is anticipated to include a base period (remainder of FY97
  ) and four one-year option periods.  Solicitation release is
  anticipated on or about 3 January 1997. Proposals are anticipated
  due not later than 14 February 1997. Contract award is anticipated
  on or about 31 March 1997.  The required refresher training
  consists of (1) aircrew long course (five days per class, 18
  hours classroom instruction and 12 hours in an appropriately
  configured C-130H/J flight simulator; (2) aircrew short course
  (three days per class, 12 classroom hours and 12 C-130H/J flight
  simulator hours; and (3) crew resource management (CRM) (five
  hours per class, two classroom hours, a two hour line oriented
  flight training (LOFT) mission in C-130H/J flight simulator,
  plus a thirty minute each pre-and post-mission briefing). 
  Estimated number of classes per year (subject to change): FY97
  (40 long, 290 short, and 33 CRM); FY98 (80 long, 580 short,
  and 660 CRM); FY99 (80 long, 580 short, and 660 CRM); FY00
  (80 long, 580 short, and 660 CRM); FY01 (80 long, 580 short,
  and 660 CRM).  Detailed requirements will be specified in the
  solicitation document.  Responsible prospective offerors should
  request a copy of the solicitation in writing not later than
  3 January 1997.  Requests are to be submitted via letter or
  telefacsimilie to the Contracting Officer, Ms Robin Davis,
  at that above listed address (FAX: 703-681-0668).  Oral telephone
  requests will not be accepted.  Offerors must be capable of
  furnishing fully qualified courseware, instructors, training
  facilities, and C-130H flight simulators (available in H1,
  H2 and H3 configurations) immediately upon contract award.
   Like items for the C-130J configuration must be available
  not later than 1 Jul 1997.  To be considered fully qualified,
  courseware and flight simulators must be certified to USAF/FAA
  standards.  This notice does not obligate the government to
  issue requests for proposals or award contracts for the subject
  training services.  The government shall not be obligated to
  pay for any information developed and/or furnished by potential
  sources in response to this notice.       
CITE: (W-351 SN012263)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: National Guard Bureau, Acquisition Contracting Division,
  Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va
  22041-3201
SUBJECT: U--C-26B PILOT TRAINING 
SOL DAHA90-97-R0004
DUE 021497
POC Gloria Freeman, 703-681-0607 
DESC: The National Guard Bureau, on behalf of the Air National
  Guard, has continuing requirements for initial and refresher
  training for C-26B aircrews.  The subject procurement is a
  follow-on to the training services currently being furnished
  under AETC Contract F41689-91-C-0504 by Flight Safety International.
   The contemplated indefinite-quantity contract is anticipated
  to include a base period (remainder of FY97) and four one-year
  option periods.  Solicitation release is anticipated on or
  about 3 January 1997.  Proposals are anticipated due not later
  than 14 February 1997.  Award is anticipated on or about 31
  March 1997.  The required training consists of the following
  courses:  (1) initial pilot course (13 days per class consisting
  of 66 hours of academic instruction and 24 hours flight simulator
  training); (2) pilot refresher course (4 days per class consisting
  of 20 hours of academic instruction and 12 flight simulator
  hours); (3) flight instrument course (six hours of certifiable
  instrument training that may be integrated within the other
  courseware); and (4) crew resource management (CRM) (five hours
  per class consisting of two hours of classroom instruction,
  a two hour line oriented flight training (LOFT) mission in
  a C-26B flight simulator, plus a thirty minute each pre-and
  post-mission briefing).  A portion of the initial and refresher
  pilot courses must include avionics-focused instruction using
  an avionics part task trainer.  Detailed requirements will
  be specified in the solicitation document.  Prospective offerors
  should request a copy of the solicitation in writing not later
  than 3 January 1997.  Requests are to be submitted via letter
  or telefacsimilie to the Contracting Officer, Ms Robin Davis,
  at the above listed address (FAX 703-681-0668). Oral telephone
  requests will not be accepted.  Offerors must be capable of
  furnishing fully qualified courseware, instructors, training
  facilities, C-26B avionics part task trainers, and C-26B flight
  simulators immediately upon contract award.  To be considered
  fully qualified, courseware and flight simulators must be certified
  to FAA standards.  The Government is not obligated to issue
  requests for proposals or award contracts for the subject training
  services.  The Government shall not be obligated to pay for
  any information developed and/or furnished by potential offerors
  in response to this notice.   
CITE: (W-351 SN012264)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: National Guard Bureau, Acquisition Contracting Division,
  Ngb-aqc-i, 5109leesburg Pike, Suite 401-b, Falls Church, Va
  22041-3201
SUBJECT: U--C-26B PILOT TRAINING 
SOL DAHA90-97-R0004
DUE 021497
POC Gloria Freeman, 703-681-0607 
DESC: The National Guard Bureau, on behalf of the Air National
  Guard, has continuing requirements for initial and refresher
  training for C-26B aircrews.  The subject procurement is a
  follow-on to the training services currently being furnished
  under AETC Contract F41689-91-C-0504 by Flight Safety International.
   The contemplated indefinite-quantity contract is anticipated
  to include a base period (remainder of FY97) and four one-year
  option periods.  Solicitation release is anticipated on or
  about 3 January 1997.  Proposals are anticipated due not later
  than 14 February 1997.  Award is anticipated on or about 31
  March 1997.  The required training consists of the following
  courses:  (1) initial pilot course (13 days per class consisting
  of 66 hours of academic instruction and 24 hours flight simulator
  training); (2) pilot refresher course (4 days per class consisting
  of 20 hours of academic instruction and 12 flight simulator
  hours); (3) flight instrument course (six hours of certifiable
  instrument training that may be integrated within the other
  courseware); and (4) crew resource management (CRM) (five hours
  per class consisting of two hours of classroom instruction,
  a two hour line oriented flight training (LOFT) mission in
  a C-26B flight simulator, plus a thirty minute each pre-and
  post-mission briefing).  A portion of the initial and refresher
  pilot courses must include avionics-focused instruction using
  an avionics part task trainer.  Detailed requirements will
  be specified in the solicitation document.  Prospective offerors
  should request a copy of the solicitation in writing not later
  than 3 January 1997.  Requests are to be submitted via letter
  or telefacsimilie to the Contracting Officer, Ms Robin Davis,
  at the above listed address (FAX 703-681-0668). Oral telephone
  requests will not be accepted.  Offerors must be capable of
  furnishing fully qualified courseware, instructors, training
  facilities, C-26B avionics part task trainers, and C-26B flight
  simulators immediately upon contract award.  To be considered
  fully qualified, courseware and flight simulators must be certified
  to FAA standards.  The Government is not obligated to issue
  requests for proposals or award contracts for the subject training
  services.  The Government shall not be obligated to pay for
  any information developed and/or furnished by potential offerors
  in response to this notice.   
CITE: (W-351 SN012265)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: DHHS, Headquarters West Indian Health Service, 5300 Homestead
  Road, NE., Albuquerque, NM 87110-9999
SUBJECT: U--TRAINING CONFERENCE SERVICES
SOL RFP HQW97-001/JA
DUE 121196
POC Janice Arthur, Contract Specialist, (505) 837-4112.
DESC: This action originally publicized in the CBD dated November
  6, 1996 is canceled in its entirety. Requirement is canceled
  due to budget constraints.
CITE: (M-351 SN012383)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: NATIONAL GUARD BUREAU, ATTN: ACQUISITION CONTRACTING
  DIVISION, 5109 LEESBURG PIKE, SUITE 401B, FALLS CHURCH VA 22041-3201
SUBJECT: U--C-26B PILOT TRAINING
SOL DAHA90-97-R-0004
DUE 021497
POC Contract Specialist Gloria Freeman (703) 681-0607 (Site Code
  DAHA90)
DESC: The National Buard Bureau, on behalf of the Air National
  Guard, has continuing requirements for initial and refresher
  training for C-26B aircrews. The subject procurement is a follow-on
  to the training services currently being furnished under AETC
  Cotract F41689-91-C-0504 by Flight Safety International. The
  contemplated indefinite-quantity contract is anticipated to
  include a base period (remainder of FY 97) and four one-year
  option periods. Solicitation release is anticipated on or about
  3 January 197. Proposals are anticipated due not later than
  14 February 1997. Award is anticipated on or about 31 March
  1997. The required training consists of the following courses:
  (1) initial pilot course (13 days per class consisting of 66
  hours of academic instruction and 24 hours flight simulator
  training); (2) pilot refresher course (4 days per class consisting
  of 20 hours of academic instruction and 12 flight simulatorhours);
  (3) flight instrument course (six hours of certifiable instrument
  training that may be integrated within the other courseware);
  and (4) crew resource management (CRM) (five hours per class
  consisting of two hours of classroom instruction, a two hou
  line oriented flight training (LOFT) mission in a C-26B flight
  simulator, plus a thirty minute each pre-and post-mission briefing).
  A portion of the initial and refresher pilot courses must include
  avionics-focused instruction using an avionics part task trainer.
  Estimated number of classes per year (estimates are subject
  to change) are: FY 97 (10 initial, 32 refresher, 42 flight
  instrument, and 42 CRM; FY98 (20 initial, 63 refresher, 83
  flight instrument, and 83 CRM); FY99 (20 initial, 63 refresher,
  83 flight instrument, and 83 CRM); FY00 (20 initial, 63 refresher,
  83 flight instrument, and 83 CRM); FY01 (20 initial, 63 refresher,
  83 flight instrument nd 83 CRM). Detailed requirements will
  be specified in the solicitation document. Prospective offerors
  should request a copy of the solicitation in writing not later
  than 3 January 1997. Requests are to be submitted via letter
  or telefacsimilie to the Contracting Officer, Ms Robin Davis,
  at the above listed address (FAX 703- 681-0668). Oral telephone
  requests will not be accepted. Offerors must be capable of
  urnishing fully qualified courseware, instructors, training
  facilities, C-26B avionics part task trainers, and C-26B flight
  simulators immediately upon contract award. To be considered
  fully qualified, courseware and flight simulators must be certified
  to AA standards. The Government is not obligated to issue requests
  for proposals or award contracts for the subject training services.
  The Government shall not be obligated to pay for any information
  developed and/or furnished by potential offerors in response
  to this notice.
CITE: (I-351 SN012403)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: NATIONAL GUARD BUREAU, ATTN: ACQUISITION CONTRACTING
  DIVISION, 5109 LEESBURG PIKE, SUITE 401B, FALLS CHURCH VA 22041-3201
SUBJECT: U--C130H/J AIRCREW REFERSHER TRAINING
SOL DAHA90-97-R-0003
DUE 021497
POC Contract Specialist Gloria Freeman (703) 681-0607 (Site Code
  DAHA90)
DESC: The National Guard Bureau, on behalf of the Air Reserve
  and USAF Active Duty components, has continuing requirements
  for refresher training for C- 130H/J aircrews. The subject
  procurement is a follow-on to the training services currently
  being furnised under AETC Contract F41689-91-D-0501 by Reflectone
  Training Center. The contemplated indefinite-quantity contract
  is anticipated to include a base period (remainder of FY 97)
  and four one year option periods. Solicitation release is anticipated
  on or abut 3 January 1997. Proposals are anticipated due not
  later than 14 February 1997.Contract award is anticipated on
  or about 31 March 1997. The required refresher training consists
  of (1) aircrew long course (five days per class, 18 hours classroom
  instruction and 12 hours in an appropriately configured C-130H/J
  flight simulator; (2) aircrew short course (three days per
  class, 12 classroom hours and 12 C-130H/J fligt simulator hours,
  and; (3) crew resource management (CRM)(five hours per class,
  two classroom hours, a two hour line oriented flight training
  (LOFT) mission in C-130H/J flight simulator, plus a thirty
  minute each pre-and post mission briefing). Estimated umber
  of classes per year (subject to change): FY 97 (40 long, 290
  short, and 33 CRM); FY 98 (80 long, 580 short, and 550 CRM);
  FY 99 (80 long, 580 short, and 660 CRM); FY00 (80 long, 580
  short, and 660 CRM); FY01 (80 long, 580 short, and 660 CRM).
  Detailed requirements will be specified in the solicitation
  document. Responsible prospective contractors should request
  a copy of the solicitation in writing notlater than 3 January
  1997. Requests are to be submitted via letter or telefacsimilie
  to the Contracting Officer, Ms Robin Davis, at the above listed
  address (FAX: 703- 681-0668). Oral telephone requests will
  not be accepted. Offerors must be capable of furishing fully
  qualified courseware, instructors, training facilities, and
  C-130H flight simulators (available in H1, H2 and H3 configurations)
  immediately upon contract award. Like items for the C-130J
  configuration must be available not later than 1 Jul 1997.
  To be considered fully qualified, courseware and flight simulators
  must be certified to USAF/FAA standards. This notice does not
  obligate the governmet to issue requests for proposals or award
  contracts for the subject training services. The government
  shall not be obligated to pay for any information developed
  and/or furnished by potential sources in response to this notice.
CITE: (I-351 SN012404)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services--Potential Sources
  Sought
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: U--EEO/EAP COUNSELING SERVICES
SOL N00178-97-Q-1037
DUE 013197
POC P. A. Canciglia, Contract Specialist, Code SD112 or Paul
  Learn, Contracting Officer, Code SD11 on (540) 653-7478 or
  email pcancig@nswc.navy.mil.
DESC: The Dahlgren Division of the Naval Surface Warfare Center
  is seeking 8(a) sources, to provide administrative and technical
  support for the full range of Equal Employment Opportunity
  (EEO)/Employee Assistance Program (EAP) counseling services
  as required by law. These services will include, but may not
  be limited to: - technical assistance, advisory support, counseling
  intervention, referral, and training for a broad range of work-related
  and/or personal difficulties within the purview of equal employment
  opportunity discrimination, job performance, attendance, and/or
  lifestyle concerns. Types of tasks include advisory support,
  counseling, and appropriate referral or resolution of individual,
  interpersonal, or group conflicts, diagnosis, counseling assistance,
  behavioral change intervention, and appropriate referral of
  personal/family lifestyle issues which may include, but is
  not necessarily limited to, drug/alcohol abuse, finances, gambling,
  codependency, emotional problems, define and solve EEO problems
  in the informal stage through fact finding from various sources,
  e.g., interviews, records, regulations, problem identification,
  evaluation to determine cause and effect relationships, drawing
  conclusions, developing and recommending solutions, or relationships,
  drawing conclusions, developing and recommending solutions,
  or making appropriate referrals. The contractor will be required
  to provide these services to NSWCDD and its authorized tenant
  host activities located in Dahlgren, Virginia. (65 miles south
  of Washington, D.C.) This list indicates the type of tasks
  to be ordered and is not intended to be all inclusive. Interested
  offerors are invited to demonstrate their capabilities by providing
  the following information by Jan 31, 1997 (1) Identification
  of business size, (2) overview of specific expertise in the
  above mentioned technical and administrative areas, one page
  maximum, (3) overview of general corporate expertise in the
  above-mentioned areas, one page maximum, (4) description of
  resources available to support tasks, one page maximum, (5)
  demonstration of ability to provide full range of services
  to and from home office, including the ability to provide a
  24-hour response to a request for EEO and/or EAP counseling
  services, one page maximum, (6) demonstration of experience
  in designing, developing, and presenting seminars and workshop,
  on various subjects. Specifically in areas mentioned in the
  above technical areas, (7) Rough order of magnitude to prove
  two man years of support (one for EEO and one for EAP services)
  to include a complete breakdown indicating labor and other
  direct costs and all proposed burdens and profits, (8) demonstration
  of corporate experience by providing contract number, contract
  type, contract completion date, duration of contract award
  in months, contract amount, total work years of effort, contracting
  agency with current point of contact and phone number and contract
  summary, (descriptive overview), one page maximum for each
  contract number. A set-aside determination will be made based
  on the following preferential order of business classification:
  8(a) concerns, and small businesses. This is a sources sought
  synopsis and no solicitation package currently exists. This
  Synopsis will be available on the World Wide Web at "http://www.nswc.navy.mil/"
  under "Procurement Division" or "http://proc_div.nswc.navy.mil".
  All responsible sources may submit a capability statement which
  will be considered.
CITE: (I-351 SN012457)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Department of Transportation, Maritime Administration,
  Office of Acquisition, MAR-380, 400 7th Street, SW, Room 7310,
  Washington DC 20590
SUBJECT: V--V-LAYBERTHING SERVICES FOR TWO READY RESERVE FORCE
  VESSELS
SOL DTMA91-96-B-00011
POC Contact Point - Ben Burnowski, (202) 366-1932
DESC: Correction to CBD notice for IFB DTMA91-96-B-00011 published
  October 3, 1996. The geographic area is changed from the Central
  Atlantic Coast area between Baltimore, MD, and North Carolina
  inclusive to the Virginia Tidewater area.
CITE: (I-351 SN012282)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: V--PROVIDE PACK AND CRATE SERVICES, SCHEDULE II, LOCAL
  DRAYAGE
SOL N68335-97-R-0071
POC Ms. Elaine Lovering, Contract Specialist, Code 223EL, 908-323-5221.
DESC: The proposed acquisition is for Inbound moves in and around
  Ocean, Monmouth, Burlington County areas in accordance with
  a performance work statement which includes the contractor
  furnishing all personnel, equipment, facilities, supplies,
  services, and materials for the preparation of personal property
  of military members and civilian employees for movement of
  drayage and related services. This is a 100% Small Business
  Set-Aside. Request copies in writing or by facsimile (908)
  323-2165.
CITE: (I-351 SN012464)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: U.S. Postal Service, International Business Unit, Room
  370-IBU, 475 L'Enfant Plaza West, S.W., Washington, DC 20260-6500
SUBJECT: V--COLLECTION, SORTATION, PREPARATION, AND TENDERING
  OF INTERNATIONAL MAIL
DUE 013197
POC Ron Rusnak (609) 778-9771.
DESC: A prequalified wholesaler program is being offered to establish
  relationships between the USPS and wholesalers of international
  mail so that the business of both parties is increased through
  worksharing. The Prequalified Wholesaler Program consists of
  collection, sortation, preparation, and tendering of international
  mail to the USPS at specific locations. All interested firms
  must submit a letter of request to the address above to receive
  details on the program and the set of qualifying criteria.
CITE: (M-351 SN012294)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: USPS Facilities Service Office, 6 Griffin Road North,
  Windsor, CT
SUBJECT: X -- SOLICITATION FOR PROPOSALS FOR EXISTING SPACE AND
  CONSTRUCT AND LEASE
SOL 082530-97-A-0022
DUE 011097
POC William S. Moncrief, Real Estate Specialist (860) 285-7181.
DESC: The U. S. Postal Service seeks proposals to lease existing
  space, to be modified or facility to be constructed in the
  Town of Lincoln, RI. The preferred area is within one mile
  of the existing facility. Space requirements are for either
  existing space or about 8,725 sf or, for a new construction
  leased facility, about 8,725 sf on a minimum site size of 83,000
  sf. The lease term is for a minimum of twenty years with four
  5-year renewal options. Proposals will be received through
  January 10, 1997. Proposals must be submitted by principals
  only on specified forms and in accordance with the official
  advertisement for space. Solicitation packages may be purchased
  by sending a non-refundable cashier's check or money order
  made payable to "USPS Disbursing Officer" in the amount of
  $25.00 to Geraldine Miller, U. S. Postal Service, 181 Corliss
  Street, Providence, RI 02904-9112.
CITE: (I-348 SN012150)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Electronic Systems Center, Operational Contracting Div.,
  Construction Branch (PKOC), 104 Barksdale Street, Hanscom AFB,
  MA 01731-1806
SUBJECT: Y -- CONSTRUCT ELEVATOR, BUILDING 1302F
SOL F19650-97B0006
DUE 013197
POC SrA Joseph Peloquin, Contract Specialist, 617-377-2369; Daniel
  Grejdus, Contracting Officer, 617-377-2949.
DESC: The project involves the construction of a handicapped
  accessible elevator with associated lobby spaces, in a three
  story facility, bldg 1302F, Hanscom AFB, Lexington, MA. The
  principal items of work include, but are not limited to: demolition,
  excavation, concrete, masonry, rough and finish carpentry,
  doors and hardware, drywall, syspended ceiling systems, flooring,
  painting, plumbing, HVAC, lighting, conveying systems, electrical
  work, and fire protection work. There will be bid options for
  night work, elevator finishes, and masonry work. An exclusionary
  period will not be applied to the work. The magnitude of construction
  for the entire project is between $250,000 and $500,000. The
  performance period for this project will be 153 days. Firms
  interested in receiving an IFB package should respond in writing
  to: ESC/PKOC, 104 Barksdale St., Hanscom AFB, MA 01731-1806,
  Attn: SrA Joseph Peloquin. Requests may also be faxed to 617-377-4324.
  It is anticipated that the solicitation package will be released
  on or about 28 Dec 96.
CITE: (I-348 SN012113)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: Y--FY97 ROSWELL DISTRICT FENCES
SOL 1422-N670-B97-0020
DUE 021997
POC Contact Sharon Krenek, Procurement Clerk, 303/236-9433
DESC: Construct barbed wire fence Type-A, and also a 35" woven
  wire with one top strand of barbed wire fence.  Gates, panels,
  and corners.  This project is located in Chavez and Eddy counties,
  New Mexico.  The performance period is 120 calendar days after
  receipt of Notice to Proceed.  Estimated price range is between
  $100,000 and $250,000.  Please submit written requests for
  the solicitation to the above address or fax request to 303/236-9470;
  include name, address, phone number, and solicitation number.
   All responsible sources may submit an offer which will be
  considered. 
CITE: (W-351 SN012267)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA-Forest Service, Pacific Northwest Region, Okanogan
  National Forest, 1240 S. Second Ave., Okanogan, WA. 98840
SUBJECT: Y--BATHROOM RECONSTRUCTION AT THE TONASKET RANGER DISTRICT
SOL R6-8-97-04
POC Contact Point. Rita Robson 509/826-3392, Procurement Assistant
DESC: This project consists of the demolition of two existing
  restrooms in an office and the construction of two ADA accessible
  restrooms. The work includes the removal of stud walls, plumbing
  fixtures, supply and waste plumbing, electrical fixtures, vinyl
  tile flooring, a storage closet, and a brick chimney; and the
  construction of accessible restrooms including supplying and
  installing all required components. The price range is between
  S25,000-S100,000. This project is unrestricted
CITE: (I-351 SN012302)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: National Park Service, Grand Teton National Park, P.O.
  Drawer 170, Moose, WY 83012
SUBJECT: Y--CONSTRUCT ONE FOUR-PLEX AND ONE DUPLEX AT THE FLAGG
  RANCH AREA IN GRAND TETON NATIONAL PARK
SOL IFB 1460-7-0002
DUE 032097
POC Thayne O'Brien (307) 739-3447.
DESC: Work consists of the construction of a four-plex (approximately
  3,000 sq. ft.) and a duplex housing unit (approximately 2,400
  sq. ft.) at the Flagg Ranch Area of Grand Teton National Park.
  Design is established so that units may be either modular or
  of stick-build construction. Work is scheduled to begin in
  May of 1997. The project is located at the Flagg Ranch Area
  in Grand Teton National Park, approximately 60 miles north
  of Jackson Hole in Teton County, Wyoming. Small Business Size
  standard--$17,000,000.00 in annual revenues; SIC Code 1522.
  All responsible sources may submit an offer which will be considered.
CITE: (M-351 SN012353)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--INSTALL SUPERVISOR CONTROL DATA ACQUISITION (SCADA)
  SYSTEM AT CORRY WATER PLANT, BUILDING 2230, PENSACOLA, FL
SOL N65114-95-B-2082
DUE 020797
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karla Ishmael, Contract Specialist
DESC: The work includes the expansion of the Ilex SCADA System
  to include the monitoring and control of the water plant pumps
  and chemical feed and incidental related work. There is a $65.00
  Non-refundable fee per set of plans and specifications. Forward
  your written request and company check or money order (cash
  and personal checks will not be accepted) to Defense Automated
  Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048,
  Attention: Tom Morris.  Planholders lists will be provided
  upon written request only (fax to (904) 452-4511) and will
  be U.S. mailed, not faxed.  You may pick up plans from the
  printing office at the Hovey Street address between 9:00 a.m.
  and 10:00 a.m. (no exceptions).  Plans and specifications will
  be available approximately 30 days prior to bid opening date.
   Estimated Cost:  $100,000 - $250,000
CITE: (I-351 SN012367)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--REPLACE BOILER NO. 3, BUILDING 2270, NTTC, CORRY
  STATION, PENSACOLA, FL
SOL N65114-95-B-2076
DUE 020797
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karla Ishmael, Contract Specialist
DESC: The work includes the removal of an existing boiler, installation
  of a 500 HP firetube boiler and incidental related work. There
  is a $55.00 Non-refundable fee per set of pla ns and specifications.
  Forward your written request and company check or money order
  (cash and personal checks will not be accepted) to Defense
  Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048,
  Attention: Tom Morris.  Planholders lists will be provided
  upon written request only (fax to (904) 452-4511) and will
  be U.S. mailed, not faxed.  You may pick up plans from the
  printing office at the Hovey Street address between 9:00 a.m.
  and 10:00 a.m. (no exceptions).  Plans and specifications will
  be available approximately 30 days prior to bid opening date.
   Estimated Cost:  $100,000 - $250,000
CITE: (I-351 SN012368)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y--P-548 INFANTRY SQUAD DEFENSE RANGE, MARINE CORPS
  BASE, CAMP PENDLETON, CALIFORNIA
SOL N68711-94-B-1707
DUE 022797
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  David Garcia, 619-532-3038/Contracting Officer, Katherine G.
  Luhmann.
DESC: PRESOLICITATION NOTICE - The work includes the construction
  of an Infantry Squad Defense (ISD) Range, there are stationary
  infantry targets (SIT), moving infantry targets (MIT), and
  infantry hostile fire simulators (IHFS). Support facilities
  for this range are a control tower, field service head, operations/storage
  building, general instruction building, bleacher enclosure,
  ammunition breakdown building, and incidental related work
  complete and ready for use.--The estimated cost is between
  $1,000,000 and $5,000,000. - -- Firm Fixed Price Contract.
  -- Contract duration is approximately 365 calendar days. --
  This proposed contract will be unrestricted. - --The Standard
  Industrial Code is 1542 and the annual size standard is $17
  million. It is recommended the subcontracting goals reflect
  a minimum goal of 5% for Small Disadvantaged Business Subcontracting
  effort. Bidders should request in writing stating IFB number
  N68711-94-B-1707, with complete name, address, area code and
  phone number and whether bidding as a prime/subcontractor/supplier.--Telephone
  requests will not be accepted.--There will be a charge for
  plans and specs that is yet to be determined. The fee will
  be non-refundable.--Mail requests with a check payable to DEFENSE
  PRINTING SERVICE to Southwest Division, Naval Facilities Engineering
  Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San
  Diego, CA 92132-5187 or fax requests to (619) 532-2083.--Fax
  requests will be accepted but, WILL NOT be processed until
  your check has been received by this office.--Submit one (1)
  check per project.--Solicitation packages are limited to two
  (2) sets per prime and one (1) set per subcontractor/supplier.--Bidders
  responding under this advertisement will not be required to
  resubmit request once formally advertised.--Tentative issue
  date is on or about 27 January 1997 with a bid opening date
  of approximately 30 days later (NOTE: BOD stated above is TENTATIVE).--Responses
  are due no later than 15 calendar days after publication of
  the advertisement in the CBD.
CITE: (I-351 SN012465)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA Forest Service, Homer Garrison Federal Building,
  701 N. First St., Lufkin, Texas 75901
SUBJECT: Y--REPAIR OF BRIDGE 215 AND CONSTRUCTION OF WOOD PEDESTRIAN
  WALKWAYS ON EACH SIDE OF BRIDGE
SOL IFB R8-13-96-28
DUE 020497
POC Sherra Taylor (409) 639-8523
DESC: Bid opening date for this project has been changed to February
  4, 1997.
CITE: (I-351 SN012475)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Y--CONSTRUCTION OF A SEGREGATION BUILDING AND UNICOR
  FACTORY AT THE FEDERAL CORRECTIONAL INSTITUTION IN WASECA MINNESOTA
SOL IFB 275-0213
DUE 021097
POC Cindy Townsend, Supervisory Regional Contract Specialist,
  (913) 682- 8700 Ext 608.
DESC: 17. The Federal Bureau of Prisons has a requirement for
  the construction of a Segregation Building and Unicor Factory
  at the Federal Correctional Institution, Waseca, Minnesota.
  Specifications must be requested in writing to Wold Architects,
  6th West 5th Street, St. Paul, Minnesota 55102. A non-refundable
  fee of $156.00 is required for each set of specifications.
  The magnitude of construction is between one and five million.
  This is an all or none bid. Specifications will be issued up
  to five days prior to bid opening. All responsible sources
  may submit an offer which will be considered. All dates are
  estimated
CITE: (I-351 SN012478)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Kansas City Facilities Service Office,
  6800 W. 64th St., Suite 100, Overland Park, KS 66202-4179
SUBJECT: Y--NEW CONSTRUCTION LEASED FACILITY, PATTONSBURG, MO
  64670-9998
SOL 193045-97-A-0013
DUE 011497
POC Technical questions:  John Federico at (913) 831-1855, Ext.
  438.  Proposal Questions: Candice L. Fuller at (913) 831-1855,
  Ext. 435.    
DESC:  The U.S. Postal Service is soliciting for proposals to
  construct and lease back a  new 2,520 sq.ft. leased facility
  in Pattonsburg, Missouri, on a controlled site of  approximately
  27,188 sq.ft. located on the northwest corner of Main Street
  and  Second Avenue.  After December 16, 1996, plans and specifications
  may be  obtained for a NON-REFUNDABLE fee from "Bill" at Kelly
  Blueprint, 8877 West  75th, Overland Park, KS 66204-2275,
  telephone 913/341-2333.  Contact Kelly  Blueprint in writing
  for lists of planholders or fax your request to them at  913/341-7143.
   No telephone requests will be accepted.  DO NOT CONTACT 
  THE POSTAL SERVICE FOR PLANS AND SPECIFICATIONS OR  PLANHOLDER
  LISTS.    For questions concerning this project, please contact
    Candice L. Fuller, Real Estate Specialist, at (913) 831-1855
  ext. 435.  Any questions concerning design, contact John Federico,
  Architect/Engineer,  at (913) 831-1855 ext. 438
CITE: (W-351 SN012489)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities--Potential
  Sources Sought
OFFADD: United States Property and Fiscal Office for Ohio, ATTN:
  AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus,
  Ohio 43235-2788
SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDINGS 885 & 888
SOL DAHA33-97-B-0002
POC Major Kay Hensen, (614) 889-7207.
DESC: Construct Alterations for Buildings 885 & 888, Ohio Air
  National Guard, Rickenbacker International Airport, Columbus,
  Ohio. Work involves renovation of the interiors of two large
  Aircraft Hangars. The project for Building 885 includes renovation
  of the existing locker room and shower area; and renovation
  of existing maintenance area for an Non-Destructive Inspection
  (NDI) Shop. The project for Building 888 includes converting
  aircraft maintenance bays into: an Aerospace Ground Equipment
  Shop; an Aircraft Engine Shop; a Survival Equipment Shop; an
  Aircraft Parts Warehouse; locker room; administrative office
  space; and the construction of a 60+ foot fire  resistance
  wall. These projects will include additional partition walls
  of drywall on metal studs, suspended acoustical ceilings, carpet
  and title flooring, new electrical fixtures, fire detection/suppression,
  heating, air conditioning, and plumbing. The project is estimated
  to cost between $1,000,000.00 and $5,000,000.00. This solicitation
  is unrestricted. The Standard Industrial Classification (SIC)
  Code is 1542. The applicable small business size standard including
  affiliates is no more than $17.0 Million average annual revenue
  for the previous three years. The solicitation package will
  be issued on or about December 19, 1996, with bid opening 30
  days later.  There is a Seventy ($70.00) dollar non-refundable
  charge for the solicitation package. Payment must be paid in
  the form of a cashier's check, certified check, or money order
  payable to the U.S. Treasury. Request for Packages must be
  in writing, no telephone or facsimile requests will be accepted.
  Indicate the firm's size status such as large business, small
  business, small disadvantaged business, or 8(a) when requesting
  the solicitation. All responsible sources may submit a bid
  which shall be considered. Direct written requests to the United
  States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC,
  2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788.
CITE: (M-351 SN012380)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities--Potential
  Sources Sought
OFFADD: United States Property and Fiscal Office for Ohio, ATTN:
  AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus,
  Ohio 43235-2788
SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDING 875
SOL DAHA33-97-B-0003
POC Major Kay Hensen, (614) 889-7207
DESC: Construct Alterations for Building 875, Ohio Air National
  Guard, Rickenbacker International Airport, Columbus, Ohio.
  Work involves renovation of the interior of a 40,000 sf industrial
  facility. The new space will be predominantly administrative
  space, with some shop space and warehousing space. The project
  calls for the erection of partition walls of drywall on metal
  studs, suspended acoustical ceilings, carpet and tile flooring,
  fluorescent light fixtures, fire detection/suppression, heating,
  air conditioning, and plumbing. The project is estimated to
  cost between $1,000,000.00 and $5,000,000.00. This solicitation
  is unrestricted. The  Standard Industrial Classification (SIC)
  Code is 1542. The applicable small business size standard including
  affiliates is no more than $17.0 Million average annual revenue
  for the previous three years. The solicitation package will
  be issued on or about December 19, 1996, with bid opening 30
  days later. There is a Seventy ($70.00) dollar non-refundable
  charge for the solicitation package. Payment must be paid in
  the form of a cashier's check, certified check, or money order
  payable to the U.S. Treasury. Request for Packages must be
  in writing, no telephone or facsimile requests will be accepted.
  Indicate the firm's size status such as large business, small
  business, small  disadvantaged business, or 8(a) when requesting
  the solicitation. All responsible sources may submit a bid
  which shall be considered. Direct written requests to the United
  States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC,
  2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788.
CITE: (M-351 SN012381)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities--Potential
  Sources Sought
OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKD, 400
  North Douglas St. Ste 212E, Los Angeles AFB, CA 90245-2805
SUBJECT: Y--ADDITION TO LOS ANGELES MILITARY FAMILY HOUSING
SOL F04693-97-B-0001
DUE 021297
POC Melvyn Wright, Contracting Officer, (310)363-5114.
DESC: Space and Missile Systems Center. Operational Contracting
  Construction Division/PKDK is seeking interested sources to
  provide construction services to construct additional Base
  Military Family Housing at the addition to Pacific Heights
  Housing site, San Pedro, California. This acquisition consists
  of, but is not limited to performing all operations necessary
  for the demolition of existing structures, clearing and grubbing,
  saving several trees identified on drawings, streeets, storm
  drainage and sanitary sewer systems. The construction of seventy
  two (72) single Military Family Homes, with garages,including
  site grading, earth moving, streets, storm drainage systems,
  sanitary sewer, domestic/fire water systems, electrical/telephone
  and cable television system, landscaping, retaining walls,
  fencing and activity climber areas all located on 24.4 acres.
  IFB F04693-97-B-0001 is expected to be issued on or about 6
  Jan 1997. Bid opening to be on or about 12 Feb 97. SIC 1521.
  Estimated contract performance period is 440 calander days.
  The construction drawings and specifications are on CD ROM,
  INTERGRAPH 2D. Plans and specifications may be examined without
  charge at SMC/PKDK, 400 No Douglas St, STE 212E, Los Angeles
  AFB, EL Segundo, CA. Call for appointments at 310-363-5114
  or obtain the IFB package with an associated fee of $200.00
  (N0N-REFUNDABLE) per package. Checks should be made payable
  to the "UNITED STATES TREASURY". The estimated construction
  cost range is over $10,000,000.00. The proposed acquisition
  is open to both Large and Small business concerns. Firms desiring
  bid packages must submit a written request to SMC/PKDK, 400
  North Douglas Street, Los Angeles AFB, CA 90245-2805, ATTN:
  Melvyn Wright, Contracting Officer within 15 fifteen (15) calendar
  days after this notice is published. Please reference Invitation
  For Bid F04693-97-B-0001.
CITE: (I-351 SN012463)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Electronic Systems Center, Operational Contracting Div.,
  Construction Branch (PKOC), 104 Barksdale Street, Hanscom AFB,
  MA 01731-1806
SUBJECT: Z -- RENOVATION AND ADDITION TO EDUCATION CENTER, BLDG.
  1728
SOL F19650-97-B0003
DUE 031797
POC Cynthia E. Lewandowski, Contract Specialist, 617-377-2241;
  Hayley Philbrick, Contracting Officer, 617-377-3244.
DESC: This project involves all labor, material, equipment, tools,
  transportation, and performance of all operations required
  to perform the Renovation and Addition to the Education Center,
  Bldg 1728, Hanscom AFB MA, in accordance with the contract
  drawings and specifications. The principal items of work include
  but are not limited to: demolition of mobile classrooms supports
  and foundations, suspended ceilings, walls, framing, electric
  and HVAC systems. Provide a new fire suppression system with
  all connections and new finishes. Construct new permanent ceilings,
  corridors and ancillary spaces, including sitework, repair
  existing HVAC electrical lighting and fire detection work.
  There will be an optional bid item for additional classroom
  and courtyard. Similar principal items of work will apply for
  those items. Each bid item will have its own period of performance.
  The time to complete the project in its entirety will not exceed
  240 calendar days. Some of the bid items may be worked on simultaneously,
  and some will be phased. Work in the contract will be phased.
  Some work will be required to be accomplished during non-standard
  working hours. The magnitude of construction is between $500,000.00
  and $1,000,000.00. All firms interested in receiving a copy
  of the IFB should respond in writing within 15 calendar days
  of this publication to ESC/PKOC, 104 Barksdale Street, Hanscom
  AFB MA 01731-1806, Attn: Cynthia Lewandowski. Requests can
  also be faxed to 617-377-1156, Attn: Cynthia Lewandowski.
CITE: (I-348 SN012112)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA-ARS-MWA (Contracting Office, 1815 N. University
  Street, Peoria, IL 61604
SUBJECT: Z -- REPLACE FIRE ALARM DETECTION SYSTEM, NCAUR, PEORIA
  IL
SOL 5114-7-3049
DUE 020497
POC Lori J. Houghton, Contract Specialist, (309) 681-6616
DESC: The U. S. Department of Agriculture, Agricultural Research
  Service, Midwest Area, has the requirement for Replacing the
  Fire Alarm and Detection System in the South Administration
  Area (Four floors, 9,200 SF each floor), South Laboratory Area
  (Four floors, 17,000 SF per floor), Greenhouse (3,000 SF),
  High Pressure Lab (1,400 SF), Service Building (2,300 SF),
  Solvents Storage Buildings (2,200 SF), North Wing Lab Area
  (Three floors, 5,500 SF per floor), Commodities Building (Two
  floors, 2,500 SF per floor), Boiler Plant Building (Two floors,
  6,900 SF per floor), Semi-Works Building (Two floors, 2,800
  SF per floor), Dry Milling Building (1,200 SF), and the Old
  Solvents Storage Building (900 SF) at the National Center for
  Agricultural Utilization Research (NCAUR) in Peoria IL. The
  work includes, but is not limited to replacing existing "old"
  fire alarm system with new raceways, conductors, and alarm
  and detection devices.  New circuits shall be connected to
  existing "new" Simplex 4120 Network System. Recorded voice
  announcements, color graphics annunciation, and control programming
  shall be done to the existing Simplex System to include all
  new devices and circuits. The Magnitude of construction is
  estimated between $100,000 and $250,000.  The solicitation
  will be issued as Invitation for Bids No. 5114-7-3049.  The
  solicitation, specifications, and drawings will be available
  on or about January 6, 1996, with bids to be received not later
  than 2:00 pm (CST), February 4, 1996.  The solicitation is
  available for full and open competition and has the Standard
  Industrial Classification Code of 1731. All responsible sources
  may submit a bid.  Bid packages may be requested by mail or
  fax to: APACE Architects and Engineers, Attn: Tracy Caulkins,
  1425 Northeast Rock Island Ave., Peoria IL 61603, FAX: 309-685-4784.
   The POC for this solicitation is Lori Houghton, 309-681-6616.
   No telephone requests for solicitation packages will be accepted.
CITE: (I-348 SN012119)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Chief, A&MMS (90C), VA Medical Center, 1201 Broad Rock
  Boulevard, Richmond, VA 23249
SUBJECT: Z -- UPGRADE ELEVATORS
SOL IFB 652-64-97
DUE 013197
POC Mary A. Moss
DESC: Provide all labor, materials and equipment necessary to
  upgrade elevators P1 through P6 at the VA Medical Center, Richmond,
  VA. The contract must be completed within 210 calendar days.
  SIC code 1796. Issue o/a 12/31/96 with BOD o/a 1/31/97. All
  requests must be submitted in writing.
CITE: (I-348 SN012136)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W.
  Hailey Ave., Pendleton, OR 97801-3942
SUBJECT: Z--ELECTRICAL SYSTEM UPGRADE
SOL R6-14-97-17
DUE 011797
POC Merle Matthews, 541/278-3843
DESC:  The Umatilla National Forest is soliciting quotes for
  the upgrading of an existing electrical system in the equipment
  shop.  Work includes installing new circuit breaker panels,
  conduits and conductor outlets, switches, motor controllers,
  light fixtures, bathroom exhaust fan and system grounding.
   Project is located in Pendleton, Oregon.  Start work: 1/17/97;
  contract time: 60 days.  A 50% payment bond is required. 
  Price Range: Between $25,000 and $100,000.
CITE: (W-351 SN012289)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--FIRE &SAFETY IMPROVEMENTS, VARIOUS BUILDINGS
SOL 542-8-97
DUE 010397
POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No 542-97-104, Fire and Safety Improvements in
  Various Buildings.  This project will include the adding of
  sprinklers in the telephone closets of 15 buildings, the sealing
  of all wall penetrations in smoke and fire barriers, replacing
  existing 1/2 hour rated fire doors and frames with 2 hour rated
  doors in 12 different buildings and replace fusible links in
  air conditioning ducts at fire barriers in 10 buildings.  The
  project will include all necessary demolition, clean-up, painting,
  caulking and meet all applicable VA criteria and codes.  The
  contract will include weekly site visits, providing contract
  prints and as-builts on Autocadd, Versions R12 or R13.  This
  advertisement for A/E Services is set aside for small bussinesses.
   The Standard Industrial Classification Code is 8712, and the
  Small Business Size Standard is $2.5 million as an average
  annual revenue during the last three complete years.  Interested
  qualified small businesses, that meet this criteria must submit
  Standard Forms 254 and 255 to the Contracting Officer listed
  above by close of business (4:30) on January 3, 1997.  This
  request for these Standard Forms is restricted to A/E firms
  located within a 150 mile radius of Coatesville, PA.  Submittals
  from firms not meeting the small business criteria or firms
  located outside the 150 mile limit will be returned without
  consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $250,000 to $500,000.  This design shall include metric
   measurements.  cvamc7@ worldaxes.com   Contact this E-mail
  address for inquires.
CITE: (D-351 SN012290)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--REPLACE SEWER LINES, BUILDINGS 16 AND 138
SOL 542-9-97
DUE 010397
POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No. 542-97-106, Replace Sewer Lines, Buildings
  16 and 138.  This project includes excavation and removal of
  approximately 1600 feet of sanitary sewer line and replacement
  with new plastic pipe along with T's elbows and fittings as
  needed. A small lift station will also be required along with
  backfilling, landscaping and electrical work.  The new work
  shall meet all VA Criteria Codes and Life Safety Codes.This
  advertisement for A/E Services is set aside for small bussinesses.
   The Standard Industrial Classification Code is 8712, and the
  Small Business Size Standard is $2.5 million as an average
  annual revenue during the last three complete years.  Interested
  qualified small businesses, that meet this criteria must submit
  Standard Forms 254 and 255 to the Contracting Officer listed
  above by close of business (4:30) on January 3, 1997. This
  request for these Standard Forms is restricted to A/E firms
  located within a 150 mile radius of Coatesville, PA.  Submittals
  from firms not meeting the small business criteria or firms
  located outside the 150 mile limit will be returned without
  consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $250,000 to $500,000.  This design shall include metric
  measurements.  cvamc7@ worldaxes.com   Contact this E-mail
  address for inquires.
CITE: (D-351 SN012291)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--ROOF REPLACEMENT, BUILDINGS 18 AND 57
SOL 542-11-97
DUE 010397
POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No. 542-97-102, Replace Roofs, Buildings 18 and
  57. This project will Replace all existing slate roof and metal
  flashing on Building 18 and Building 57.  The area of roof
  involved in this project is approximately 31,000 square feet.
   The project includes all necessary demolition and installation
  of new metal flashing and fiberglass reinforced asphalt roof
  shingles which resemble slate.  The construction also includes
  gutter repair, tuckpointing, coping repair, sheathing replacement,
  reinstallation of lightning protection and eyebolt flashing.
   All prints and as-builts must be on Autocadd Version R13.
  This advertisement for A/E Services is set aside for small
  bussinesses.  The Standard Industrial Classification Code is
  8712, and the Small Business Size Standard is $2.5 million
  as an average annual revenue during the last three complete
  years.  Interested qualified small businesses, that meet this
  criteria must submit Standard Forms 254 and 255 to the Contracting
  Officer listed above by close of business (4:30) on January
  3, 1997.  This request for these Standard Forms is restricted
  to A/E firms located within a 150 mile radius of Coatesville,
  PA.  Submittals from firms not meeting the small business criteria
  or firms located outside the 150 mile limit will be returned
  without consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $100,000 to $250,000.  This design shall include metric
  measurements.  cvamc7@ worldaxes.com   Contact this E-mail
  address for inquires.
CITE: (D-351 SN012292)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--REPLACE SEWER LINES, BUILDINGS 16 AND 138
SOL 542-9-97
DUE 010397
POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No. 542-97-106, Replace Sewer Lines, Buildings
  16 and 138.  This project includes excavation and removal of
  approximately 1600 feet of sanitary sewer line and replacement
  with new plastic pipe along with T's elbows and fittings as
  needed. A small lift station will also be required along with
  backfilling, landscaping and electrical work.  The new work
  shall meet all VA Criteria Codes and Life Safety Codes.This
  advertisement for A/E Services is set aside for small bussinesses.
   The Standard Industrial Classification Code is 8712, and the
  Small Business Size Standard is $2.5 million as an average
  annual revenue during the last three complete years.  Interested
  qualified small businesses, that meet this criteria must submit
  Standard Forms 254 and 255 to the Contracting Officer listed
  above by close of business (4:30) on January 3, 1997. This
  request for these Standard Forms is restricted to A/E firms
  located within a 150 mile radius of Coatesville, PA.  Submittals
  from firms not meeting the small business criteria or firms
  located outside the 150 mile limit will be returned without
  consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $250,000 to $500,000.  This design shall include metric
  measurements.  cvamc7@ worldaxes.com   Contact this E-mail
  address for inquires.
CITE: (D-351 SN012296)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Marine Corps Logistics
  Base, Barstow, CA 92311-5050
SUBJECT: Z--MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY
SOL N68711-97-Q-6022
DUE 020397
POC Contract Specialist, Dorothy Wiley, (619) 577-6013, Contracting
  Officer, Lt. Balog, (619) 577-6736, or FAX (619) 577-6033.
DESC: This request for Quotation is being solicited under (SAP)
  simplified Acquisition Procedures. The requirement is for furnishing
  and installing 2 ea., 2-1/2 ton and 1 ea., 7-1/2. Ton heating
  and cooling systems, natural gas, forced air HVAC roof top
  units at the Marine Corps Logistics Base, Barstow, CA. Solicitations
  may be requested by furnishing name, address, phone and FAX
  number. No phone requests.
CITE: (M-351 SN012297)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse
  Hill Road, Coatesville, PA  19320
SUBJECT: Z--FIRE &SAFETY IMPROVEMENTS, VARIOUS BUILDINGS
SOL 542-8-97
DUE 010397
POC Point of Contact - Joseph Buckley, Contracting Officer, 610-383-0226
DESC: This VA Medical Center is seeking a professional Architect
  Engineering firm for the development of complete working drawings,
  specifications, cost estimates and Construction Period Services
  for Project No 542-97-104, Fire and Safety Improvements in
  Various Buildings.  This project will include the adding of
  sprinklers in the telephone closets of 15 buildings, the sealing
  of all wall penetrations in smoke and fire barriers, replacing
  existing 1/2 hour rated fire doors and frames with 2 hour rated
  doors in 12 different buildings and replace fusible links in
  air conditioning ducts at fire barriers in 10 buildings.  The
  project will include all necessary demolition, clean-up, painting,
  caulking and meet all applicable VA criteria and codes.  The
  contract will include weekly site visits, providing contract
  prints and as-builts on Autocadd, Versions R12 or R13.  This
  advertisement for A/E Services is set aside for small bussinesses.
   The Standard Industrial Classification Code is 8712, and the
  Small Business Size Standard is $2.5 million as an average
  annual revenue during the last three complete years.  Interested
  qualified small businesses, that meet this criteria must submit
  Standard Forms 254 and 255 to the Contracting Officer listed
  above by close of business (4:30) on January 3, 1997.  This
  request for these Standard Forms is restricted to A/E firms
  located within a 150 mile radius of Coatesville, PA.  Submittals
  from firms not meeting the small business criteria or firms
  located outside the 150 mile limit will be returned without
  consideration.  This is not a solicitation for construction
  bids.  Any submittals regarding this announcement that are
  not received by the designated date and time will be returned
  without consideration.  The cost range for this A/E contract
  is $25,000 to $100,000.  The cost range for the construction
  phase is $250,000 to $500,000.  This design shall include metric
   measurements.  cvamc7@ worldaxes.com   Contact this E-mail
  address for inquires.
CITE: (D-351 SN012301)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Z--ADMINISTRATION BUILDING TOWER REPAIRS, DALECARLIA,
  WASHINGTON AQUEDUCT, WASHINGTON, DC
SOL DACW31-97-B-0014
DUE 020597
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: The proposed contract listed here is UNRESTRICTED.  Remove
  salvage, and replace approximately 650 SF buckled veneer brick,
  remove and replace slate roof, rehabilitate asphalt balcony,
  repair decorative arched windows, remove and replace wood cornices,
  trimcopper flashing, and exist balusters, perform lead abatement
  and repaint wood trim, and caulk and repaint exterior brick.
   Standard Industrial Code is 1542, size standard is $17 million.
   Estimated cost of proposed maintenance is between $250,000
  and $500,000. Project completion no later than 120 calendar
  days after issuance of award.  All responsible sources may
  submit a bid which shall be considered by the Agency.  Full
  size plans and specs $21.50 p/set; half size plans and specs
  $17.75 p/set; non-refundable. Make check or money order payable
  to FAO, USAED-Baltimore and mail to attention of CENAB-CT-S.
   NO CASH ACCEPTED.  Issuance o/a 6 January 1997; bid opening
  o/a 5 February 1997
CITE: (I-351 SN012333)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Bureau of Indian Affairs, Aberdeen Area Office, 115 4th
  Avenue South East, Aberdeen, South Dakota 57401
SUBJECT: Z--ENVIRONMENTAL SITE ANALYSIS
SOL FMAOO-1203
DUE 020497
POC Mark Browning, Project Engineer, (605) 226-7371.
DESC: Environmental Site Analysis, Multiple Locations, North
  Dakota, South Dakota, and Nebraska. Job includes all labor,
  equipment and materials to perform a Phase II Environmental
  Site Analysis at five to nine locations and perform Lead Based
  Paint testing at two locations.--Bidding materials will be
  available after January 5, 1997 at a cost of $25.00 per set,
  non-refundable. Only cashiers check or money order acceptable,
  made payable to the Bureau of Indian Affairs.--Bid opening
  date is February 4, 1997. Cost Range:--$25,000.00-$100,000.00.
  Small Business Set-Aside. Labor Surplus Area Applicable. Direct
  inquiries to the project engineer, for this job, Mark  Browning,
  at Telephone No. (605) 226-7371.
CITE: (M-351 SN012335)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Army Engineer District, Chicago, Corps of Engineers,
  111 North Canal Street, Chicago, Illinois  60606-7206
SUBJECT: Z--REMOVAL OF UNDERGROUND STORAGE TANKS AT NIKE SITE-C-44,
  CHICAGO, ILLINOIS
SOL DACA23-97-B-0010
DUE 032597
POC Contact Donald Grskovich, 312/886-3034
DESC: This procurement consists of removal of up to 7 underground
  oil/fuel storage tanks with sizes from 1,000 to 12,000 gallons.
   Included is field screening, laboratory testing of tank contents
  and soils, removal and disposal of tank contents, haul and
  dispose of tank contents (est. 23,000 gal.) and contaminated
  soil (est. 1,600 cu. yds.) to a permitted landfill.  Testing,
  removal, off-site disposal and execution all in accordance
  with applicable local, state and federal regulations.  Backfilling
  and site restoration required with contractor supplied materials.
   Specifications with bound in plates will be furnished at the
  cost of $30.00.  Requests must be accompanied by a check payable
  to:  FAO, North Central Division, Corps of Engineers.  Requests
  must include the solicitation number, complete company name,
  street address, telephone number (including area code), and
  FAX number (if applicable).  Mail requests to U.S. Army Engineer
  District, Chicago, Corps of Engineers, ATTN: CENCC-CT, 111
  N. Canal St., Chicago, IL 60606-7206.  Plans and specs may
  be picked up by appointment from the aforementioned address,
  Monday-Friday between the hours of 8:00 a.m. - 3:30 p.m.  All
  responsible sources may submit an offer which shall be considered.
  The proposed procurement listed herein is unrestricted.  The
  estimated magnitude of the proposed procurement is between
  $100,000 and $250,000.  The SIC code for this solicitation
  is 1629.
CITE: (I-351 SN012337)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC Fallon, Building 307, 2nd Floor, NAS Fallon, NV
   89496-5000
SUBJECT: Z--ROOM ADDITION, HOUSING, AT THE NAVAL AIR STATION,
  FALLON, NEVADA
SOL Solicitation N62474-96-B-6086
DUE 021397
POC Jeannie Brown, Contract Specialist (702) 426-2225 Contracting
  Officer, P.S. Feiler, CDR, CEC, USN (702) 426-2806.
DESC: The work includes the furnishing of all labor, materials
  and equipment required to construct addition of 150 square
  feet of living space to each of two existing four bedroom 
  officers quarters. The work also includes an exterior pergola
  for each house and  all incidental related work as authorized
  by the Contracting Officer. The contract duration is 150 days.
  The estimated cost of this project is between $25,000.00 and
  $100,000.00. Bid packages will be available approximately January
  2, 1997. Telephone request will not  be accepted. Request must
  be in writing and may be transmitted to facsimile number (702)
  426-3205 or  mailed. This procurement is unrestricted and all
  responsible sources may submit an offer which will be considered.
CITE: (M-351 SN012345)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 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--REPAIRS TO ROOF & STRUCTURAL  SUPPORTS ABOVE MACHINE
  SHOP BLDG 8, CCAD, CORPUS CHRISTI, TX
SOL N62467-96-B-9374
DUE 021197
POC Irma Watts or Contracting Officer Charlotte Cummins (512)
   939-2154.
DESC: The work will be done at Building 8  and will include replacing
  structural support members, decking, pitch pans, equipment
  supports and other roofing components. Contract completion
  is 180 days. Contract price is between $500,000.00-$1,000,000.00.
  Plans and specifications should be available on or about 11
  January 1997 and will be distributed until the supply is exhausted.
  No telephone request for solicitation packages will  be accepted.
  Our fax number is (512) 939-8608.
CITE: (M-351 SN012346)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 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--GALLEY HVAC IMPROVEMENTS, NAVAL STATION INGLESIDE,
  TX
SOL N62467-96-B-0994
DUE 012397
POC Irma Watts or Contracting Officer Charlotte Cummins (512)
  939-2154.
DESC: The work includes the addition of  air conditioning to
  the existing galley. Work also includes modifying existing
  systems and the addition  of a new rooftop air handling unit,
  packaged outdoor chiller, associated piping and appurtenances,
  HVAC controls, and associated electrical upgrades, brick and
  block screen wall and concrete  equipment pads and incidental
  related work. Contract completion  is 150 days. Contract price
  is between $100,000.00-$250,000.00. Plans and specifications
  should be available on or about 23  December 1996 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-351 SN012347)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--PROVIDE COMFORT HEATING SYSTEM, HANGAR 46, DDCT,
  NAS, CORPUS CHRISTI, TX
SOL N62467-95-9400
POC Irma Watts or Contracting Officer Charlotte Cummins, (512)
  939-2154.
DESC: The above referenced solicitation has been cancelled.
CITE: (M-351 SN012374)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876
SUBJECT: Z--CLEARWATER HATCHERY WATER SUPPLY MODIFICATIONS, CLEARWATER
  COUNTY, ID
SOL DACW68-97-B-0006
DUE 020497
POC Lucy Howerter, (509) 527-7210 to order plans and specs; Bryan
  Stroud, Contract Specialist, (509) 527-7213 for administrative
  questions, Bob Williams, (509) 527-7539 for technical questions
  (Site Code DACW68)
DESC: This solicitation is open to all businesses regardless
  of size. The work consists of modifications to the existing
  Clearwater Fish Hatchery Water Supply System including: (1)
  modification to the floating intake platform, approximately
  5000 lb. structral steel; (2) addition of a 48" diameter flanged
  steel pipe spool with flexible joint to the existing connection
  of 48" diameter HDPE pipe on the upstream face of the dam.
  This work will be performed underwater at depths between 135
  and 240 feet dependingon reservoir elevation at time of work;
  (3) addition of 120V, 1 phase power and control for the intake
  platform winch; (4) addition of a position monitor (PLC and
  radio telemetry) for the intake platform winch; (5) addition
  of a water temperature sensor and signal wiring. Estimated
  cost is between $250,000.00 and $500,000.00. Nonrefundable
  payment of $30.00 (thirty) for plans and specifications to
  accompany requst for solicitation. Check made payable to FAO,
  USAED, Portland. The Standard Industrial Classification (SIC)
  code is 1629. The small business size standard is average annual
  receipts for its preceding three fiscal years must not exceed
  $17 million. All reponsible sources may submit an offer which
  may be considered.
CITE: (I-351 SN012385)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS,
  P.O. BOX 4970, JACKSONVILLE, FL 32232-0019
SUBJECT: Z--MAINTENANCE DREDGING, 38-FOOT PROJECT, CUT-42 THRU
  TERMINAL CHANNEL AND CUT F & G, JACKSONVILLE HARBOR, FLORIDA
SOL DACW17-97-B-0008
DUE 021497
POC Contract Specialist Deidra W. Cox (904) 232-1215 (Site Code
  DACW17)
DESC: The project work consists of dredging approximately 668,000
  cubic yards of material from Cut 43 through the end of the
  Terminal Channel, the Base Bid. In addition to the Base Bid,
  Optional Bid A will add approximately 470,000 cubic yards of
  material rom Cut 42 and Optional Item B will add approximately
  292,000 cubic yards of material from Cuts F and G. The dredged
  material from the Base Bid and Option Bid Item A will be placed
  in Bartram Island Disposal Area, and the dredged material from
  Optional BidB will be placed in the JEA Disposal Area. The
  required depth for the areas dredged in the Base Bid is 38
  feet plus 2-foot allowable overdepth. Whereas, in Optional
  Bid Item A the required depth is 40 feet plus 1-foot allowable
  overdepth and in Optional Bid Item B the required depth is
  30 feet plus 2-foot allowable overdepth. Bartram Island Disposal
  Area is located at a maximum of approximately 30,300 feet from
  the aras to be dredged. JEA Disposal is located at a maximum
  of approximately 14,800 feet from the dredging area. Work also
  includes Turbidity and Endangered Species Monitoring. Magnitude
  of construction is between $5,000,000 to $10,000,000. Pre-Solicitation
  Notce will be issued on or about 12 Dec 96. Invitation DACW17-97-B-0008
  will be issued on or about 02 Jan 97 and opened on or about
  19 Feb 97. Cost of Plans and Specifications is $40.00. Checks
  should be made payable to FAO Jacksonville District, and sent
  to U.S. Army Corps of Engineers, Jacksonville, Florida. THIS
  IS AN UNRESTRICTED ACQUISITION. NOTE: Contracting information
  for the Jacksonville Distric is now available at our web site:
  http://www.saj.usace.army.mil/. SIC Code 1629.
CITE: (I-351 SN012391)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET,
  SACRAMENTO CA 95814-2922
SUBJECT: Z--REPAIR MAIN MAGAZINE ROAD SIERRA ARMY DEPOT, CA
SOL DACA05-97-B-0008
DUE 021997
POC PLAN ROOM FAX: (916)557-7842. Contract Specialist Joyce Yuki
  (916)557-5245 or FAX (916)557-7854. Contracting Officer Judith
  Grant. (Site Code DACA05)
DESC: Project consists of repairs to the Main Magazine Road (approximately
  8,000 LF). Repairs consist of rotomilling the existing 2-inches
  of surface asphalt concrete (AC) and repair shall be new 2-inch
  AC on the existing base. Project includes Option Bid tems for
  additional road repairs and paving a 50' apron. This procurement
  will be conducted under SIC code: 1611. The size standard for
  this SIC code is: $17.0 million. Estimated cost is between
  $500,000 and $1,000,000 Plans and specifications for this proect
  must be ordered and the check received by the CUT OFF DATE
  of Jan 8,1997 to ensure receipt of bid sets at a cost of $7.00
  for specifications (text only); and $6.00 for half-size drawings.
  Full size drawings are not available. Orders received beyond
  the CUT OFF DATE will not be honored. Plans and specifications
  will be mailed out on or about Jan 16, 1997. Because a limited
  number of sets will be reproduced, copis are limited to one
  set per firm. Payment by company check, certified check or
  money order made payable to the Finance and Accounting Officer,
  USAED, Sacramento. Payment must be submitted with order request
  or delivered in person to USAED, Sacramento, ATT: Plan Room,
  1325 J Street, Sacramento, CA 95814-2922. Do not address to
  the contract specialist for this will delay your order. Firms
  are requested to provide their name, street and mailing address,
  telephone and FAX numbers and the solicitation number of the
  project. All responsible business sources may submit a bid
  which will be considered by the agency. See Note 26. See our
  Internet Home Page for alisting of projects in the Sacramento
  District at http://www.usace.mil/cespk-ct/cont.html.
CITE: (I-351 SN012400)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET,
  SACRAMENTO CA 95814-2922
SUBJECT: Z--ALT COMBAT CAMERA SQUADRON FACILITY, MARCH AFB, CA
SOL DACA05-97-B-0009
DUE 022597
POC PLAN ROOM FAX: (916)557-7842. Contract Specialist Andy Ortega
  (916)557-5243 or FAX: (916)557-7854. Contracting Officer Linda
  Hales. (Site Code DACA05)
DESC: Additions and alterations to existing Combat Camera Squadron
  Facility (B/601). Remodel by; demolition of some non-structural
  walls, additions and alterations of door, refinish cabinets,
  replace acoustical tiles, level ceiling grid, upgrade lighting,
  epaint walls, install vinyl wall covering, replace damaged
  floor panels/tile and install/replace carpeting. Upgrade fire
  sprinklers, rebalance HVAC, expand security alarm system. Modify
  bathrooms to be handicapped accessible. This procurement will
  be conduted under SIC code: 1542. The size standard for this
  SIC code is: $17.0 million. Estimated cost is between $500,000
  and $1,000,000. Plans and specifications for this project must
  be ordered and the check received by the CUT OFF DATE of 10
  Jan 97 to ensure receipt of bid sets at a cost of $18.00 for
  specifications (text only); no half-size drawings or full size
  drawings are available. Orders received beyond the CUTOFF DATE
  will not be honored. Plans and specifications will be mailed
  out on or about 23 Jan 97. Because a limited number of sets
  will be reproduced, copies are limited to one set per firm.
  Payment by company check, certified check or money order made
  payale to the Finance and Accounting Officer, USAED, Sacramento.
  Payment must be submitted with order request or delivered in
  person to USAED, Sacramento, ATTN: Plan Room, 1325 J Street,
  Sacramento, CA 95814-2922. Do not address to the contract specialist
  for this will delay your order. Firms are requested to provide
  their name, street and mailing address, telephone and FAX numbers
  and the solicitation numbe of the project. All responsible
  business sources may submit a bid which will be considered
  by the agency. See Note 26. For a listing of all Sacramento
  District projects, see Contracting Division's Internet Home
  Page at http://www.usace.mil/cespk-ct/cont.hml.
CITE: (I-351 SN012401)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DIRECTORATE OF CONTRACTING, US ARMY SUPPORT COMMAND,
  HAWAII, ATTN: APVG-GKC, FORT SHAFTER HAWAII 96858-5025
SUBJECT: Z--REPLACE FLOORING AND CARPETING
SOL DAHC77-97-B-0001
DUE 112196
POC Contract Specialist I. Uehara FAX (808)438-6563 (808) 438-6535
  x 209 (Site Code DAHC77)
DESC: Notice published on Oct 8, 1996 Issue No. PSA-1696 is changed
  from 100% Small Business Set Aside to Unrestricted. All other
  information publicized in the original notice is correct.
CITE: (I-351 SN012402)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri
  Dr., NETC Newport, RI 02840
SUBJECT: Z--CONSTRUCT NEW CONCRETE SIDEWALKS, LIGHTING AND STAIRS
  AT SELECTED BASEWIDE LOCATIONS, NAVAL UNDERSEA WARFARE CENTER,
  NEWPORT, RI
SOL N62472-97-B-7269
DUE 020697
POC Ms. East, Procurement Technician, 401-841-2543.
DESC: This is a Pre-Invitation Notice. The work includes but
  is not limited to, excavation, compacting, forming, steel reinforcement,
  placing and finishing concrete, fine grading, seeding, steel
  and electrical work to provide sidewalks, lighting at identified
  basewide locations on the Naval Undersea Warfare Center Naval
  Complex. The estimated cost range: $100,000 - $250,000. The
  SIC code is 1542 and the small business size standard is $17.0
  million. The proposed contract (solicitation) will be issued
  as unrestricted and is subject to evaluation criteria set forth
  in DFAR 252.219-7008 - Notice of Evaluation Preference for
  Small Disadvantage Business Concerns - Construction Acquisitions
  - Test Program (APR 1996). Written request for a solicitation
  package should be addressed to ROICC, NAVFAC Contracts, NETC,
  Bldg 1, Simonpietri Dr., Newport, RI 02841-1712 or Fax (401)
  841-1349. State your name, address and solicitation number.
CITE: (I-351 SN012431)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z--PAINT VARIOUS STRUCTURES, 94-2, DFSP NORWALK, NORWALK,
  CALIFORNIA, 94-9, DFSP, SAN PEDRO, LOS ANGELES, CALIFORNIA
SOL N68711-94-B-1474
DUE 020397
POC Contract Specialist, Lucile Miranda/Contracting Officer,
  Maria Williams.
DESC: DESCRIPTION OF WORK--The work includes surface preparation
  and painting of existing steel tanks, pumps, piping, valves
  and fittings for petroleum storage and transfer; fire fighting
  tanks, piping, valves, fittings and equipment, exterior metal,
  wood and stucco surfaces of sheds and buildings; metal towers,
  platforms, stairs and handrails, other equipment and structures
  including transformer vault, and incidental related work complete
  and ready for use.--The estimated cost is between $250,000
  and $500,000 --Firm Fixed Price Contract.--Contract duration
  is 180 calendar days.--Bids will be considered from all responsible
  sources.--This project is unrestricted.--The Standard Industrial
  Code is 1721 and the annual size standard is $7.0 million.--It
  is recommended the subcontracting plan goals reflect a minimum
  goal of 5% for Small Disadvantaged Business subcontracting
  effort.--NOTE: Plans and specs will not be mailed to firms
  within a 20 mile radius of the issuing office. A fee will be
  charged for all plans and specs. Each set will cost $38.00.
  - --Solicitation packages may be acquired in person from Plan
  Issue or by mail.--Telephone requests will not be accepted.--Requests
  for the solicitation package must be in writing stating solicitation
  number N68711-94-B-1474, complete name, address, area code
  and phone number and whether bidding as a prime/subcontractor/supplier.
  -Plan holders lists will not be faxed.--Mail requests to Southwest
  Division, Naval Facilities Engineering Command (Plan Issue),
  Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187
  with a check payable to DEFENSE PRINTING SERVICE.--Fees are
  not refundable.--Submit one (1) check per project.--Solicitation
  packages are limited to two (2) sets per prime and one (1)
  per subcontractor/supplier.--Plans and specifications will
  be available on or about 03 January 1997.
CITE: (I-351 SN012454)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z--PAINT VARIOUS STRUCTURES 94-2, DFSP 0Z0L, MARTINEZ,
  CALIFORNIA
SOL N68711-94-B-1475
DUE 020397
POC Contract Specialist, Lucile Miranda/Contracting Officer,
  Maria Williams.
DESC: DESCRIPTION OF WORK--The work includes surface preparation
  and painting of existing steel tanks, pumps, piping, valves
  and fittings for petroleum storage and transfer; fire fighting
  tanks, piping, valves, fittings and equipment; exterior metal
  surfaces of sheds and buildings; metal pier hardware and equipment,
  metal towers, platforms, stairs and handrails, other equipment
  and structures including lighting poles, fire hydrants, boom
  assemblies, and incidental related work complete and ready
  for use.--The estimated cost is between $100,000 and $250,000.--Firm
  Fixed Price Contract.--Contract duration is 120 calendar days.--Bids
  will be considered from all responsible sources.--This project
  is unrestricted.--The Standard Industrial Code is 1721 and
  the annual size standard is $7.0 million.--It is recommended
  the subcontracting plan goals reflect a minimum goal of 5%
  for Small Disadvantaged Business subcontracting effort.--NOTE:
  Plans and specs will not be mailed to firms within a 20 mile
  radius of the issuing office. A fee will be charged for all
  plans and specs. Each set will cost $29.00. - --Solicitation
  packages may be acquired in person from Plan Issue or by mail.--Telephone
  requests will not be accepted.--Requests for the solicitation
  package must be in writing stating solicitation number N68711-94-B-1475,
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier. -Plan holders lists
  will not be faxed.--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), Building 132,
  1220 Pacific Highway, San Diego, CA 92132-5187 with a check
  payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit
  one (1) check per project.--Solicitation packages are limited
  to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans
  and specifications will be available on or about 03 January
  1997.
CITE: (I-351 SN012455)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Public Works Office, Naval Air Station, Joint Reserve
  Base, Attn: Code 80, Willow Grove, PA 19090-5011
SUBJECT: Z--CONSTRUCT LAUNDRY FACILITY, BACHELORS ENLISTED QUARTERS,
  BLDG. 172 AT THE NAVAL AIR STATION, JOINT RESERVE BASE, WILLOW
  GROVE, PA 19090-5011
SOL N62472-97-Q-7553
DUE 011597
POC Barbara Jennings, Procurement Clerk, (215) 443-6256, FAX
  (215) 773- 2150 or write to address item 7.
DESC: The work includes all labor, material, equipment and supervision,
  under a firm-fixed price contract using Simplified Acquisition
  Procedures (SAP) to renovate space in the Bachelors Enlisted
  Quarters to provide a laundry facility. Work includes structural,
  concrete pad, mechanical, electrical to install two government
  furnished washers and dryers and to provide and install two
  100 gallon gas fired commercial water heaters and one water
  softener. The solicitation response time will be fifteen days.
  The performance period is 45 days. The Standard Industrial
  Code (SIC) for this acquisition is 1522. The related Small
  Business Size Standard is $17.0 million in annual receipts
  averaged over the preceding three fiscal years. Plans and specifications
  will be available on January 1, 1997. The solicitation is Unrestricted.
  The estimated cost range for this acquisition is between $25,000
  and $100,000.
CITE: (I-351 SN012459)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Public Works Office, Naval Air Station, Joint Reserve
  Base, Attn: Code 80, Willow Grove, PA 19090-5011
SUBJECT: Z--AIR CONDITIONING OF FIRST FLOOR OF HANGAR 80 AT THE
  NAVAL AIR STATION, JOINT RESERVE BASE, WILLOW GROVE, PA 19090-5011
SOL N62472-96-Q-4562
DUE 013097
POC Barbara Jennings, Procurement Clerk, (215) 443-6256, FAX
  (215) 773- 2150 or write to address item 7.
DESC: The work includes all labor, material, equipment and supervision,
  under a firm-fixed price contract using Simplified Acquisition
  Procedures (SAP) to provide an outside condensing unit (approx.
  36 tons) and a DX coil in an existing air handler in Hangar
  80 to provide air conditioning. Work shall include electrical
  power to the condensing unit, control wiring and incidental
  related work. The solicitation response time will be fifteen
  days. The performance period is 60 days. The Standard Industrial
  Code (SIC) for this acquisition is 1711. The related Small
  Business Size Standard is $7.0 million in annual receipts averaged
  over the preceding three fiscal years. Plans and specifications
  will be available approximately January 15, 1997. This solicitation
  is Unrestricted. The estimated cost range for this acquisition
  is between $25,000 and $100,000.
CITE: (I-351 SN012460)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Dept of Health and Human Services, Indian Health Service,
  Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm
  710, Seattle, WA 98121
SUBJECT: Z--MISCELLANEOUS REPAIRS (HVAC/ADA IMPROVEMENTS), EAGLE
  BUTTE, SD, #AB4CR079H7
SOL 102-IFB-97-0001
DUE 021897
POC Judi M. Jzyk, Contracting Officer, 206/615-2025
DESC: Synopsis posted December 5, 1996, is amended to show the
  date for receipt of bids to be February 18, 1997.  All other
  information remains unchanged. 
CITE: (W-351 SN012490)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVJ), Rock Island , IL
  61299-7630
SUBJECT: 10--HOUSING, TRIGGER
SOL DAAE20-96R0197
DUE 012797
POC Contract Specialist: Joyce Davis (309) 782-4420, PCO: Brian
  W. Schmidt (309) 782-8490
DESC: Solicitation DAAE20-96R0197 previously published 071196
  is hereby cancelled.
CITE: (I-351 SN012317)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVJ), Rock Island , IL
  61299-7630
SUBJECT: 10--RACK, STORAGE, SMALL ARMS M14
SOL DAAE20-96R0234
DUE 012797
POC Contract Specialist: Joyce Davis (309) 782-4420, PCO: Brian
  W. Schmidt (309) 782-8490
DESC: Solicitation DAAE20-96R0234 previously published 082896
  is hereby cancelled.
CITE: (I-351 SN012318)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 12 -- MOUNT, LASER LENS-MA
SOL DAAJ09-97-Q-0299
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1270-01-231-3655; P/N: 13076566; QTY: 60 Each, applicable
  to the TADS/PNVS Program. FOB Destination with delivery of
  60 each 318 days ARO to Orlando, FL. This is a full and open
  competitive requirement. This proposed contract action is for
  supplies for which the Government does own specifications and
  drawings. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer, and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. The First
  Article Test Report by 138 days ARO, with delivery of 60 each,
  150 days ARO.
CITE: (I-348 SN012157)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13--CARTRIDGE 40MM M781
SOL DAAA0997B0014
POC CONTACT THE CONTRACT SPECIALIST: Gary Smith (309)782-3587,
  Contracting Officer: Gary L. Meyer (309)782-4942
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. Issue Date: 14 Jan 97,
  Bid Opening Date: 14 Feb 97. NSN: 1310-01-211-8073, Qty: 9880,447,
  Unit of Issue: each, Part Number: 9395853, FOB: Origin, Proposed
  contract is a 100% small business set-aside. Statistical Process
  Control is required. First Article Test is required. MIL-Q-9858
  inspection criteria required.
CITE: (I-351 SN012435)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13--CONTAINER ASSEMBLY M205
SOL DAAA0997R0124
POC CONTACT THE CONTRACT SPECIALIST: Mark Haldeman (309)782-3700,
  Contracting Officer: (309)782-4597
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. Issue Date: 27 Dec 96,
  Bid Opening Date: 24 Jan 97. NSN: 1315-01-105-4073, Qty: 111,598,
  Unit of Issue: Each, Part Number: 9278773, End Item: 81MM Mortar.
  Restricted to Mobilization Base Producers. Published for subcontacting
  purposes only. Offers from concerns othan than the below are
  not solicited. The aforementioned Contractor is a large business.
  MIL-Q-9858 inspection criteria required. Contractor: ARMETEC
  DEFENSE PEODUCTS INC, PO Box 848, 85 901 Avenue 53, Coachella,
  CA 92236.
CITE: (I-351 SN012466)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: 13--MEDIUM CALIBER CARTRIDGE CASES, 20MM, 30MM, & 40MM
SOL N/A
POC CONTACT THE CONTRACT SPECIALIST: Nick Huyten, Rock Island,
  (309)782-2220
DESC: Special attention must be given when addressing requests
  for solicitations and bids/offers. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance to solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax, or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE, a CAGE code has been assigned
  to you) along with your name, address, data fax number, and
  solicitation number. The fax number for requests is (309)782-4803.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All IOC solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS is accessible electronically 24 hours
  a day via modem at (309)782-7648. Terminal emulation should
  be VT100, no parity, 8 data bits and 1 stop bit. Once connected,
  enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt
  depress the 'ENTER' key. Information obtained through AAIS
  is also available on the Internet. Prospective customers may
  now access the IOC home page at http://www-ioc.army.mil/. The
  current method of accessing data through AAIS will remain in
  place until February 7, 1997. At which time access using modems
  and login will be discontinued. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. This is a survey limited
  to U.S. and Canadian firms only. Medium Caliber cases, 20MM,
  30MM, and 40MM. This is a market survey of U.S. and Canadian
  industry to identify potential contractors capable of manufacturing
  medium caliber cartridges cases to support the Government's
  preparedness needs for the following items. The minimum monthly
  requirement must be met, but this quantity can be met by more
  than one potential producer. The items are listed in the following
  order: Item, Part Number, Minimum Monthly Requirement: Cartridge
  Case 20MM M21A1, 7553197, 26,356, Cartridge Case 20MM M103,
  7553815, 30,875, Cartridge Case 30MM (GAU-8), 7400730/28107310,
  1,000, Cartridge Case 30MM LW AAH, 11825902, 33,439, Cartridge
  Case 40MM M118, 8844610, 69760, Cartridge Case 40MM M169, 8886329,
  803,581, Cartridge Case 40MM M195, 9207989, 15,081. Specific
  skills and equipment required to manufacture subject cartridge
  cases are as follows: vertical presses, material handling equipment,
  heat/treat/annealing furnaces, turning/grinding equipment,
  set-up mechanics, process engineers, heat treat specialist
  and quality assurance specialist capable in using a wide variety
  of inspection equipment. A respondent must also have available
  the appropriate maintenance, tooling, and manufacturing engineering
  skills required to support quality production for these items.
  A respondent must currently possess a majority of these processes
  in-house and demonstrate provisions for obtaining the remainder
  without significant delay. Technical data does exist for these
  items. A detailed questionnaire, including top drawing data,
  may be provided to capable respondents. Interested firms who
  feel they are capable of manufacturing these items, based on
  the above criteria, are invited to indicate their interest
  by providing to the Government a summary of their company's
  capabilities, including a description of facilities, personnel,
  and past manufacturing experiences. Information must be submitted
  within 20 calendat days from the date of this publication to
  U.S. Army Industrial Operations Command, Attn: AMSIO-IRC/Mr.
  Nick Huyten, Rock Island, IL 61299-6000, (309)782-2220. This
  is a market survey for planning purposes only and shall not
  be construed as a Request for Proposal or as an obligation
  on the part of the Government. The Government does not intend
  to award a contract on the basis of this market survey or otherwise
  pay for information solicited. The information you provide
  will be utilized by the U.S. Army in developing its acquisition
  approach for future requirements.
CITE: (I-351 SN012437)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-A, Bldg 10, Picatinny
  Arsenal, New Jersey 07806-5000
SUBJECT: 13--LOAD ASSEMBLE AND PACK M795 155MM HE PROJECTILES
SOL DAAE30-97-R-0051
POC Steve Talmadge, Contract Specialist, (201) 724-5663, David
  M. Banashefski, Contracting Officer, (201) 724-4113.
DESC: The Army has a requirement for the Load, Assemble, and
  Pack of approximately 84,000 M795 155mm High Explosive Projectiles.
  A qualified source must possess the capability to load, assemble
  and pack 155mm projectiles with TNT utilizing controlled cooling
  and meet necessary inspection processes. The manufacturer must
  have the capability to meet required delivery and self facilitize.
  Interested manufacturers are requested to submit capabilities
  statements within 30 days of this notice to the Commander,
  U.S. Army TACOM-ARDEC, Attn: AMSTA-AR-PCW-A, Mr. Steve Talmadge,
  Building 10, Picatinny Arsenal N.J. 07806-5000. Inquires must
  be in writing. No solicitation will be issued as a result of
  this market survey which is for information purposes only.
CITE: (I-351 SN012438)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-179
SUBJECT: 15 -- BELL CRANK
SOL DAAJ09-97-R-0198
DUE 013097
POC Mary Deutschmann, Contract Specialist, 314-263-0515, or June
  P. Tharp, Contracting Officer, 314-263-0800, FAX No. 9012.
DESC: NSN: 1560-01-158-9685, P/N: 70400-08102-045, Quantity:
  298 each, applicable to the UH-60 Aircraft. F.O.B. Destination
  with deliveries to Texarkana, TX, and New Cumberland, PA. When
  calling be prepared to state name, address and solicitation
  number. This part requires engineering source approval by the
  design control activity in order to maintain the quality of
  the part. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  to the Contracting Officer which will permit their participation
  in the current or future solicitation. This is a 100% Small
  Business Set-Aside. Approved sources are The Purdy Corp., Manchester,
  CT, Rotair Industries Inc., Bridgeport, CT, TEK Precision Co.
  Ltd., Deer Park, NY and Seanair Machine Co., Farmingdale, NY.
  All responsible sources may submit an offer which will be considered.
  This requirement is currently unfunded. Award will be withheld
  pending receipt of sufficient funds. Authority and justification
  is FAR 6.302-1. Intended sources are listed above. See Note
  26.
CITE: (I-348 SN012134)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 15 -- FAIRING, AIRCRAFT
SOL DAAJ09-97-Q-0379
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1560-01-334-2573; P/N: 7-311111223-605; QTY: 3 Each,
  applicable to the AH-64 Aircraft. FOB Origin with delivery
  of 3 each by 97 Feb 07 to Stockton, CA. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation in accordance with
  procedures contained in Section L of the solicitation. This
  proposed contract action is for supplies for which the Government
  does not own specifications and drawings. It is restricted
  to the following approved source, McDonnell Douglas Helicopter
  Systems, Mesa, AZ. Firms that recognize and can produce the
  required item described above are encouraged to identify themselves
  to the Contracting Officer, and provide supporting evidence
  which will permit their participation in the current and future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. This requirement
  is being procured under the authority of 10 U.S.C. 2304(c)(1).
  See Numbered Note(s): 22.
CITE: (I-348 SN012143)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 15 -- SUPPORT, ENGINE, MOUN
SOL DAAJ09-97-Q-0376
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784.
DESC: NSN: 1560-01-264-2085; P/N: 7-311670131-3; QTY: 24 Each,
  applicable to the AH-64 Aircraft. FOB Destination with delivery
  of 24 each by 300 days ARO to Stockton, CA. This proposed contract
  action is for supplies for which the Government does own specifications
  and drawings. The principal medium the Government will use
  for technical data transmittal during this procurement is the
  4.75 inch diameter compact disk with embedded reader software.
  Windows 3.1, or Windows NT operating environment and a CD Reader
  are required. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer, and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. The First
  Article Test Report by 253 days ARO, with delivery of 24 each
  by 585 days ARO.
CITE: (I-348 SN012146)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 15 -- DOOR, PASSENGER, AIRC
SOL DAAJ09-97-R-0200
DUE 013196
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1560-01-284-6420; P/N: 7-311112200-3; QTY: Minimum
  quantity: 8 Each, Maximum quantity: 36 Each, applicable to
  the AH-64 Aircraft. A five year, firm fixed price indefinite
  delivery, indefinite quantity type is contemplated. First year
  delivery will be FOB Destination and all other subsequent deliveries
  will be FOB Origin. Order quantities are, first year: 8 each;
  second year: 7 each; third year: 7 each; fourth year: 7 each;
  fifth year: 7 each. Required delivery date is 180 days ARO
  for the first year quantity. The Government will guarantee
  only the minimum quantity of 8 each for the first ordering
  period. For all other ordering periods the Government is not
  obligated to order any minimum quantity. Firms are encouraged
  to seek approval in order to compete for this or future solicitations
  by submitting documentation in accordance with the Competition
  Advocate's Shopping List procedures. Any potential offeror
  who can provide documentation that they have manufactured this
  part should identify themselves to the Contracting Officer.
  It is restricted to the following approved source, McDonnell
  Douglas Helicopter Systems, Mesa, AZ. All responsible sources
  are encouraged to submit a proposal which shall be considered
  by the Agency. See Numbered Note(s): 22.
CITE: (I-348 SN012156)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 15--FY 1998 SPECIAL AIRCRAFT REWORK FOR EXECUTIVE HELICOPTERS
SOL N/A
POC Contact, Jacqueline S. Callas, Phone (703)604-1920
DESC: The Naval Air Systems Command intends to enter into negotiations
  with Sikorsky Aircraft Corporation (SAC), a division of United
  Technologies, for the procurement of supplies and services
  necessary to provide the FY 1998 maintenance of four VH-3D
  and three VH-60N Executive Helicopters in accordance with the
  Special Progressive Aircraft Rework (SPAR) specifications and
  statement of work. SAC is the designer, developer and sole
  manufacturer of the VH-3D and VH-60N aircraft and is the only
  known company with the requisite knowledge capable of providing
  the maintenance requirements to the Executive Helicopters in
  accordance with SPAR specifications and within the required
  time period. Work will be performed at SAC, 6900 Main Street,
  P.O. Box 9729, Stratford, CT 06497-9129. See note No. 22 -
  NAVAIR Synopsis No. 30191-96.
CITE: (I-351 SN012309)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 15--DUCT ASSY
SOL F41608-97-R-0082
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 1560-01-359-1048LD P/N: 17P8D8107-1, VENTILATES
   THRU OUTLET ASSY DUCT Size: Approximately 5" X 6" Form, Fit
  and Function Description: Ventilates thru outlet Assy Duct
  (A/C) Material: Aluminum Alloy Delivery: 31 Jul 97  9EA. Applicable
  to: C-17a Acft. Destn: Robins AFB, GA. 31098. Delivery: 29
  Aug 97 9 EA Government furnished specifications/Blue Prints/Bid
  Sets and/or any other data not available The approximate issue/response
  date will be 12 Dec 96. The anticipated award date will be
  28 Feb 97. Written procedure will be used for this solicitation.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered.  Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services)  required are available
  from only one or a limited number of responsible  source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 26.
CITE: (I-351 SN012417)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 15--WINDOW, PANEL, ACFT
SOL F41608-97-R-0083
DUE 122696
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 1560-01-342-2920LD P/N: 17P1A5001-2, size:
  34"   X 29" X 3" nominal function: used by co-pilot for air/ground
  observation materi al: plastic acrylic delivery: 31 Jul 97
  8EA. Applicable to: C-17 Acft. Destn: robins afb, georgia 31098.
  government furnished specifications and/or data are not available
  The approximate issue/response date will be 12 Dec 96. The
  anticipated award date will be 28 Jan 97. Written procedure
  will be used for this solicitation. To: Mcdonnell Douglas Corp,
  Long Beach Ca 90807-4418. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 26.
CITE: (I-351 SN012418)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd. St.Louis, MO 63120
SUBJECT: 15--BEAM ASSEMBLY, CARGO
SOL DAAJ09-97-Q-0387
DUE 012997
POC Vivian Jennings, Contract Specialist, 314-263-0780 or Carol
  Woerheide, Contracting Officer, 314-263-0779, Datafax 314-263-9012.
DESC: NSN: 1560-00-254-6654, P/N 114S2570-49, IAW ATCOM Spares
  Technical Data Package 114S2570, Rev B. Qty 10 each. Applicable
  to the CH-47 Aircraft. FOB destination to Texarkana, TX 75507-5000.
  Required delivery with First Article Testing is 10 each 300
  DACA. First Article Test Report due 228 DACA. Required delivery
  without First Article Test is 10 each 240 days DACA. This procurement
  requires prequalification. All responsible sources may submit
  a proposal which shall be considered by the agency. Justification
  for other than full and open competition is FAR 6.302-1, Only
  One Source or Only a Limited Number of responsible Sources.
  This proposed contract action is for supplies for which the
  Government does not have specifications and drawings to permit
  full and open competition. Approved sources are Chem Fab Corp,
  Hot Springs, AR 71901-6801 and Boeing Defense and Space Group,
  Philadelphia, PA 19142-0858. The time required for approval
  of new supplies is such that award and delivery cannot be delayed
  pending approval of a new source. Firms are encouraged to seek
  source approval in order to compete for future solicitations.
  Information on meeting of qualificatons may be obtained from
  ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds.
  No telephone request will be accepted. The principle medium
  which the Government will use for technical data transmittal
  during this procurement is the 4.75 inch diameter compact disk
  with embedded reader software. Windows NT operating enviroment
  and a CD Reader are required. You may fax your request ATTN:
  AMSAT-A-PLBB, Vivian Jennings, Contract Specialist, on 314-263-9012.
  Number Notes 23 and 26.
CITE: (I-351 SN012441)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, Mo 63120
SUBJECT: 16 -- LOAD PLATE, HUB, MAIN
SOL DAAJ09-97-Q-0326
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1615-01-164-3847; P/N: 7-311411096-3; QTY: 42 Each,
  applicable to the AH-64 Aircraft. FOB Origin with delivery
  of 42 each to Texarkana, TX by 97 Dec 30. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. However, it is restricted to the
  following approved source, McDonnell Douglas Helicopter Systems.
  This is a flight safety part requiring engineering/fatigue
  testing. Firms that can recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer, and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. The First
  Article Test Report by 354 days ARO, with delivery of 21 each
  804 days ARO and 21 each 30 days thereafter.
CITE: (I-348 SN012142)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SUPPORT, WATER SEPAR
SOL SP0920-97-Q-A092
DUE 010997
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96331000311 NSN 1660-00-113-0095, support, water
  separ  CAGE 70210 Part No 184777-1 no drawings are available.
   13 -EA Del to  New Cumberland PA 17070-5001 Del by 21 Apr
  97.  Other than full and open  competition:  part numbered
  item.  Products offered clause applies.  PR  quantity:  13
  EA destinations:  New Cumberland, PA 17070-5001 delivery  schedule:
   13 each within 90 days set-aside type:  unrestricted (sole
   source/single source) (no preference) size standard:  1000
  all  responsible sources may submit offer which DESC shall
  consider.
CITE: (I-350 SN012195)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PARTS KIT, VALVE
SOL SP0770-97-Q-MG96
DUE 012597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)
DESC: PR-NO:  YPC96127003321 NSN 1650-00-402-3487, CAGE 59364
  Part No  651104-2 CAGE 59364 Part No 651104-3 parts kit, valve.
  Alliedsignal Inc  P/N 651104-3.  155 -EA Del to Tinker AFB
  OK 73145-9013 Del by 25 Jul 96.   All responsible sources may
  submit offer which DCSC shall consider.
CITE: (I-350 SN012203)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--FILTER, FLUID.  E/I C-5 AIRCRAFT.
SOL SP0770-97-Q-MH26
DUE 020497
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ruth Wepking (614) 692-1327
DESC: PR-NO:  YPC96312001214 NSN 1650-01-202-4896, CAGE 05228
  Part No  7587799-101 CAGE 98897 Part No 4H90403-101B 56 -EA
  Del to Richmond VA  23297-5900 Del by 17 Jan 97.  See NOTES
  9, 22, small business size  standard is 500 employees.  Solicitation
  not available until 15 days  after published in the CBD.  Specifications,
  plans or drawings are not  available.  Automated Best Value
  Model (ABVM) applies.  While price may be  a signififcant factor
  in the evaluation of offers, the final award decision  will
  be based upon a combination of price and past performance as
   described in the solicitation.  All responsible sources may
  submit offer which  DCSC shall consider.
CITE: (I-350 SN012211)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SELECTOR SET, DIRECTIONAL.
SOL SP0770-97-Q-MH77
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96313000889 NSN 1650-00-904-9960, CAGE 59364
  Part No  663385 selector set, directional.  No other technical
  data available at  DCSC for this solicitation. Garrett Fluid
  Systems Div part number 66385.   6 -EA Del to San Diego CA
  92136-0000 Del 150 days after date of award.   Solicitation
  not available until 15 days after published in the CBD.  All
   responsible sources may submit offer which DCSC shall consider.
CITE: (I-350 SN012212)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--ADJUSTER ASSEMBLY, SCREW TYPE, AIRCRAFT BRAKE.
SOL SP0770-97-Q-MH65
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ruth Wepking (614) 692-1327
DESC: PR-NO:  YPC96262000052 NSN 1630-01-412-3880, CAGE 97153
  Part No  107-406 CAGE 98897 Part No 107-406 adjuster assembly,
  screw type,  aircraft brake.  BFGoodrich (97153) and Lockheed
  (98897) P/N 107-406.  9 - EA Del to Richmond VA 23297-5900
  Del by 100 days after date of award 11 - EA Del to McClellan
  AFB CA 95652-1621 Del by 100 days after date of award.   Small
  business size is 1000 employees.  Solicitation not available
  until  15 days after published in the CBD.  Specifications,
  plans or drqwings are  not available.  Automated best value
  (ABVM) applies.  While price may be a  significant factor in
  the evaluation of offers, the final award decision  will be
  based upon a combination of price and past performance, as
   described in the solicitation.  All responsible sources may
  submit offer which  DCSC shall consider.
CITE: (I-350 SN012216)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--TRANSDUCER, MOTIONAL PICKUP E/I E-A6A AIRCRAFT.
SOL SP0740-97-Q-0530
DUE 013197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice (614 )692-4711
DESC: PR-NO:  YPC96292000899 NSN 1650-00-943-8123, CAGE 22863
  Part No  GM9045-2 CAGE 79294 Part No 20013-2 transducer, motional.
   Kavlico  electronics Inc. P/N GM9045-2 14 -EA Del to Bremerton
  WA 98314 Del 120  days after award 46 -EA Del to Jacksonville
  FL 32212-0097 Del 120 days  after award solicitation not available
  until 15 days after published in the  CBD.  Specifications,
  plans or drawings are not available.  This  acquisition is
  for supplies for which the government does not possess  complete,
  unrestrictive technical data; therefore, the government  intends
  to solicit and contract with only approved sources under the
   authority of 10 U.S.C.2304 (C)(1).  Approved sources are:
   kavlico  Corp(22863) and E-Systems Inc (79294).  Automated
  Best Value Model (ABVM)  applies.  While price may be a significant
  factor in the evaluation of offers,  the final award decision
  will be based upon a combination of price and  past performance,
  as described in this solicitation.  All responsible  sources
  may submit offer which DCSC shall consider.
CITE: (I-350 SN012217)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--INCORPORATE PERFORMANCE CHANGE INTO THE E6 MCS
SOL N/A
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
DESC: The Naval Air Systems Command (NAVAIRSYSCOM) intends to
  issue a modification to NAVAIRSYSCOM contract N00019-94-C-0224
  to Chrysler Technologies Airborne Systems, Inc. (CTAS), P.O.
  Box 154580, Waco, TX 76715-4580. The modification includes
  efforts to make the required performance changes to the E6
  Mission Computer System (MCS). This modification will be issued
  on a sole source basis to CTAS. CTAS is the only source with
  the prerequisite knowledge and experience to oversee this modification
  into the E6 aircraft. - NAVAIR Synopsis No. 30189-96.
CITE: (I-351 SN012311)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--PURCHASE & INSTALL CARPET INTO E6 AIRCRAFT
SOL N/A
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
DESC: The Naval Air Systems Command intends to issue a fixed
  price order under BOA N00019-95-G-0134. This order will include
  materials and services necessary to replace the carpet in the
  E6 aircraft during aircraft modification. This order will be
  issued on a sole source basis to Chrysler Technologies Airborne
  Systems, Inc. (CTAS), P.O. Box 154580, Waco, TX 76715-4580.
  CTAS is the only source with the prerequisite knowledge and
  scheduling capabilities to perform this task with no impact
  to the E6 aircraft modification schedule. - NAVAIR Synopsis
  No. 30190-96.
CITE: (I-351 SN012312)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: ASC/YSDIK, B-2 Systems Program Office, Wright-Patterson
  AFB, OH 45433-7221
SUBJECT: 16--B-2, IMPROVED BRU-44 PRODUCTION
SOL N/A
POC Noel Thompson, Contracting Officer, (513) 255-1898.
DESC: The B-2 System Program Office (ASC/YS) intends to award
  a sole source contract to Boeing-Wichita for the production
  of 291 improved BRU-44s and retrofitting of 226 BRU-44A/As
  to update our current inventory of BRU-44 ejector racks. This
  production effort is a continuation of the previous development
  and production requirement. The current and improved BRU-44
  designs are proprietary and are not releasable. The improved
  ejector rack shall have the same performance characteristics
  as the existing rack design. The B-2 Program has no aircraft
  available for additional Development Test and Evaluation (DT&E)
  weapon separation flight tests and recertification. The Boeing
  design has been certified for use on the B-2. Non-availability
  of aircraft for certification will preclude any contractor
  from accomplishing recertification. The improved rack shall
  be compatible with the current rotary launcher and B-2 aircraft
  without modifications to either. It shall also maintain its
  current nuclear certification in order to meet mission requirements.
  Award by 1 February 1997 is anticipated, with deliveries to
  begin in August 1998. This announcement is for the initial
  effort which is anticipated to be for 5-years and will be a
  Firm Fixed Price (FFP) contract. This contract may include
  activities like production, kits/retrofit/initial spares, integration,
  installation, support, sustainment, and program management.
  Qualified sources must have an in-depth knowledge of the B-2,
  BRU-44 design and have the existing capability to perform all
  of the previously stated requirements by 1 February 1997. An
  Ombudsman has been established for this acquisition. The only
  purpose of the Ombudsman is to receive and communicate serious
  concerns from potential offerors when an offeror prefers not
  to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman, Daniel L. Kugel, ASC Ombudsman, ASC/SY,
  2475 K. Street, Suite 1, Wright-Patterson AFB OH 45433-7642,
  at (513) 255-5185, with serious concerns only. For subcontracting
  opportunities contact Mr. Steve Anderson, Boeing-Wichita at
  (316) 526-7759. Direct all requests for solicitations and routine
  communication concerning this acquisition to Lucy Castel, Contract
  Negotiator, ASC/YSDIK, 2275 D. Street, Suite 16, Wright-Patterson
  AFB OH 45433-7721 at (513)-255-1898. See Note 22
CITE: (I-351 SN012320)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--ROLLER, GROUND SERVICING.
SOL SP0740-97-Q-0621
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Kent morioka 614/69 2-3899
DESC: PR-NO:  YPC96319000884 NSN 1730-01-256-4293, CAGE 76301
  Part No  68D390006-2207 roller, ground servicing. McDonnell
  Douglas Corp P/N  68D390006-2207 code 76301.  7 -EA Del to
  Richmond VA 23297-5900 Del 120  days after award.  Solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This acquisition is
  for supplies for which the government does not possess  complete,
  unrestrictive technical data; therefore, the government  intends
  to solicit and contract with only approved sources under the
   authority of 10 U.S.C 2304(C)(1).  Approved sources are: 
  McDonnell  Douglas Co (76301).  Automated Best Value Model
  (ABVM) applies.  While  price may be a significant factor in
  the evaluaiton of offers, the final award  decision will be
  based upon a combination of price and past performance,  as
  descsribed in the solicitation.  Delivery evaluation factor(DEF)
  applies.   While price is a significant factor in the evaluation
  of offers, the final  award decision will be based upon a combination
  of price and past  performance as described in this solicitation.
   All responsible sources may  submit offer which DCSC shall
  consider.
CITE: (I-350 SN012221)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: NASA, Johnson Space Center, BE13, Houston, TX 77058
SUBJECT: 17--EXTRAVEHICULAR ACTIVITY/ROBOTICS HARDWARE DESIGN,
  DEVELOPMENT, TEST AND FABRICATION
SOL 9-BE13-09-7-28P
DUE 012497
POC Contract Specialist: Stephanie Hunter, (281) 483-8523 Contract
  Officer: Lisa Rea Phillips, (281) 483-8395
DESC: NASA/JSC plans to issue a Request for Proposal (RFP)for
  Extravehicular Activity/Extravehicular Robotics hardware design,
  development, test and fabrication. The contract will include
  provisions for obtaining hardware not only for existing programs
  such as Space Station but also for advanced programs such as
  Lunar Return and Mars programs. The Government may award multiple
  contacts. The contracts will be indefinite delivery/indefinite
  quantity contracts and work will be authorized via delivery
  orders which may be either fixed price or cost type. Delivery
  orders will be competed among selected vendors. The contract
  will be a one year basic period and have four, one year options.
  The Government will provide some test facilities/chambers.
  These will be described in detail in the RFP. The Government
  intends to make maximum practical use of commerically available
  hardware however this procurement is not being conducted under
  FAR part 12. See numbered note 26. All responsible sources
  may submit an offer which shall be considered by the agency.
  An ombudsman has been appointed to hear concerns from offers
  and potential offerors during the preaward and postaward phases
  of this acquisition. The purpose of the ombudsman is not to
  diminish the authority of the contracting officer, the Source
  Evaluation Board, or the selection official, but to communicate
  concerns, issues, disagreements, and recommendations of interested
  parties to the appropriate Government personnel and to work
  to resolve them. When requested, the ombudsman will maintain
  strict confidentiality as to the source of the concern. The
  ombudsman does not participate in the evaluation of proposals,
  the source selection process, or the ajudication of formal
  contract disputes. Interested parties are invited to call the
  installation ombudsman, Brian Duffy at 281-483-6050. Concerns,
  issues, and disagreements which cannot be resolved at the installation
  may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090.
  The solicitation and any documents related to this procurement
  will be available over the Internet. These documents will be
  in RTF format and will reside on a World-Wide Web (WWW) server,
  which may be accessed using client browsers, such as, MOSAIC
  or NETSCAPE. The WWW address, or URL, of the JSC Procurement
  home page is: "http://www.jsc.nasa.gov/bd2/" It is the offeror's
  responsibility to monitor this site for solicitation release.
  Potential offerors will be responsible for downloading their
  own copy of the solicitation. Hard copies may be obtained from
  the JSC Industry Assistance Office via phone 281-483-4511 or
  fax 281-483-4326. The closing date shall be the same as the
  solicitation released on the Internet. The RFP will be released
  on or about January 27, 1996. If there are any questions, the
  contract specialist may be contacted via E-mail at shunter@ems.jsc.nasa.gov
  or by phone at (281) 483-8523 or the contracting officer may
  be contacted via E-mail at lrea@ems.jsc.nasa.gov or by phone
  at (281) 483-8395.
CITE: (I-351 SN012449)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19--YRBM (L) 23, SSP 068-97, ROH
SOL N62678-97-R-0041
DUE 031397
POC Pamela Guertler, Contract Specialist, (757) 397-5041 ext
  422!
DESC: Miscellaneous repairs to include drydocking.  To qualify
  for an award under this solicitation, the offeror must execute
  a current NAVSEA Agreement for Boat Repair (ABR).  If not previously
  done, adequate time must exist to allow proper assessment of
  the contractor's data. The inspection date and location is
  to be determined.  The availability dates are tentatively set
  for 23 April 1997 through 23 October 1997 with the work to
  be done at the contractor's plant.  The place of performance
  is unrestricted.
CITE: (I-351 SN012287)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 26--TIRE, PNEUMATIC
SOL DAAE0797RT049
DUE 021397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Cathy Ham (810)
  574-5171
DESC: NSN:  2610001630429, qty:, FOB:  destination, opt:  none
  item:   tire, pneumatic, VEH Hwy, size 9.00R20, 12 ply, style
  X, truck-bus,  radial, tube type, W/flap, mud and snow tread,
  I/A/W ZZ-T-381, Rev R,  DTD 4/20/94. this is a two (2) year
  requirements contract with DVD/EDI  provisions.  Qty:  1 see
  NOTE:  none.  All responsible S ources may  submit an offer
  which will be considered.  T HE offer due date is on or  about
  021397 (see soliciatio N for actual offer due date).
CITE: (I-348 SN012121)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--PARTS KIT, PISTON ASSEMBLY, ENGINE.  DETROIT DIESEL
  MODEL  114D DIESEL ENGINE.
SOL SP0770-97-Q-MD83
DUE 012997
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614/ 692/3411
DESC: PR-NO:  YPC96173000879 NSN 2815-01-316-9690, CAGE 72582
  Part No  23505352 parts kit, piston assembly, engine. per Detroit
  Diesel  corporation part number 23505352. as used on Detroit
  Diesel model 114D  Diesel engine. no additional technical data
  available at DCSC for this  solicitation.  110 -KT Del to Lathrop
  CA 95330 Del by 01 Oct 97.  62 - KT Del to New Cumberland PA
  17070-5001 Del by 01 Oct 97.  Solicitation  not available until
  15 days after published in the CBD. specifications,  plans
  or drawings are not available.this is an unrestricted acquisition
  with  a 10% preference for SDB concerns.  Automated Best Value
  Model (ABVM) and  Delivery Evaluation Factor (dfe) apply. 
  While price is a significant  factor in the evaluation of offers,
  the final award decision will be based  upon a combination
  of price, delivery, and past performance as described  in the
  solicitation.  All responsible sources may submit offer which
  DCSC  shall consider.
CITE: (I-350 SN012214)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: DOI, Office of Aircraft Services, P.O. Box 15428, Boise,
  ID 83715-5428
SUBJECT: 28--REMANUFACTURED LYCOMING AIRCRAFT ENGINES
SOL RFQ-97-02
DUE 122396
POC Heidi R. Muller, Contracting Officer, (208) 387-5764.
DESC: Purchase two (2) Lycoming Aircraft Engines, Model #IO360-A1B6,
  Part #8622, to be equipped with Slick Magnetos, factory remanufactured/rebuilt
  to zero time for a Partenavia P68 OC for Government owned and
  operated aircraft. Requests for this Request for Quotation
  shall be in writing and should be submitted to the above address
  or facsimile requests will be accepted at (208) 387-5780. All
  responsible sources may submit an offer which will be considered.
  See notes 1 and 26.
CITE: (M-351 SN012362)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--TURBINE POWER UNIT
SOL F41608-97-R-40018
DUE 012797
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Thomsa, S./ldkj/[210]925-8845
DESC: Item 0001 NSN 2835-01-263-9440 P/N: 16VH003001-11,  P/N
  581750-11-1 5ea. Applicable to: F-16 Aircraft. Destn: Ship
  to will be provided after award (FMS requirmt). Delivery: 31
  Dec 97 5 ea No drawings or data available The approximate issue/response
  date will be 12 Dec 96. To: Lockheed Martin Corporation, Fort
  Worth Tx 76101-0748. To: Alliedsignal Inc, Torrance Ca 90509-2960.
  To:  Allied Signal Inc., Tempe Az 85285 2200. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable.  All responsible sources
  solicited may submit a bid, proposal, or quotation  hich shall
  be considered. Authority: 10 U.S.C. 2304(C)(1),  Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 12.
CITE: (I-351 SN012420)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PLATE SET, ATOMIZER. ON MODEL GTC100-54 BURNER
SOL SP0740-97-Q-0600
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96304001011 NSN 2910-00-220-5539, CAGE 04320
  Part No  AV3000-23 CAGE 71895 Part No D2N23346-23 CAGE 72599
  Part No 371570-23 CAGE  92264 Part No 511150-23 CAGE 99193
  Part No 371570-23 "plate set,  atomizer, includes two plates,
  one plate has single orifice, other  plate has nozzle. P/O
  fuel injection system, applicable for gas turbine  engine".
   1,094 -SE Del to Cherry Point NC 28533-5001 Del 90 days after
   award.  Solicitation not available until 15 days after published
  in the CBD.   Specifications, plans or drawings are not available.
   This is an  unrestricted acquisition with a 10% preference
  for SDB concerns.   Automated Best Value Model (ABVM) applies.
   While price may be a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performance, as described in the  solicitation.
   Delivery Evaluation Factor (DEF) applies.  While price is
   a significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance as  described in this solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-350 SN012208)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR, INTERNAL.  (INDICATOR, BRAKE SHAFT) ON TANK,
  COMBAT  M1
SOL SP0750-97-Q-0497
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Robert Garman (614) 692-1329
DESC: PR-NO:  YPC96016001268 NSN 3020-01-073-4255, CAGE 19207
  Part No  12267958 CAGE 73342 Part No DAX12712 gear, internal.
   (indicator, brake  shaft) I/A/W U S Army Tank Automotive Command
  drawing 12267958 93 -EA Del  to Richmond VA 23297-5900 Del
  by 200 days after date of award.  See NOTE  1.  Small business
  size standard is 500 employees.  Solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitted to Defense Supply Center
  Columbus, Attn:  dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX (614)  692-2998 or Call (614) 692-2344.  Requests should
  include the IFB/RFP/RFQ  number, opening/closing date, NSN
  YPC/ZPC or NPC number; buyer's name and  your complete name
  and address.  Federal, military and commercial  specifications
  cannot be provided by DSCC.  Automated Best Value Model  (ABVM)
  applies.  While price may be a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price and past performance, as described in the solicitation.
   Delivery  Evaluation Factor (DEF) applies.while price is a
  significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-350 SN012202)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, ACTUATOR.  E/I P-3 AIRCRAFT.
SOL SP0740-97-Q-0635
DUE 012897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Alicia Ray 614-692- 2370
DESC: PR-NO:  YPC96305000911 NSN 3040-00-821-4428, CAGE 79294
  Part No  41A143 5 -EA Del to Jacksonville FL 32212-0097 Del
  by 90 days after date  of award.  17 -EA Del to Cherry Point
  NC 28533-5001 Del by 90 days after  date of award.  Solicitation
  not available until 15 days after published  in the CBD.  It
  is suggested that small business firms or others interested
   in subcontracting opportunities make direct contact with firm(S)
  listed.   Automated Best Value Model (ABVM) applies.  While
  price may be a significant  factor in the evaluation of offers,
  the final award decision will be based  upon a combination
  of price and past performance, as described in the  solicitation.
   Delivery Evaluation Factor (DEF) applies.  While price is
   a significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance as  described in this solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-350 SN012209)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--COUPLING, SHAFT, FLEXIBLE (INCLUDES SHAFT).  GATHERING
  BOX  TO MARINE GEAR, 2 1/2 SPECIAL.
SOL SP0770-97-Q-MH64
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96310002475 NSN 3010-00-116-6672, CAGE 16603
  Part No  D102459 CAGE 17454 Part No c-684037 coupling, shaft,
  flexible (includes  shaft).  Westech gear Corp., CAGE 16603,
  P/N D102459 and Philadelphia  gear Corp., CAGE 17454, P/N c-684037.
   ** 2 -EA Del to Ft Eustis VA  23604 Del 120 days after date
  of award.  Solicitation not available until  15 days after
  published in the CBD.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-350 SN012210)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--BELTS, V, PLAIN, MATCHED SET OF TWO. 3/8 INCH TOP
  WIDTH  BY 36 INCH EFFECTIVE LENGTH.
SOL SP0750-97-Q-0424
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Walker (614 ) 692-3515
DESC: PR-NO:  YPC96178000851 NSN 3030-00-778-1241, CAGE 04NP0
  Part No  MS51065-36-2 belts, V, matched set of 2, rubber (temperatures
  to minus  65 deg F), plain, cogged, or notched, .380 in nominal
  width, 36 in  effective length.  I/A/W MIL STD MS51065, P/N
  MS51065-36-2.  5,200 -SE  Del to Memphis TN 38114-5210 Del
  by 125 days after date of award.  See  NOTE 9.  Solicitation
  not available until 15 days after published in the  CBD.  Written
  requests for drawings are to be submitted to Defense Supply
   Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus,
  OH  43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344.
   Requests should  include the IFB/RFP/RFQ number, opening/closing
  date, NSN YPC/ZPC or NPC  number; buyer's name and your complete
  name and address.  Federal,  military and commercial specifications
  cannot be provided by DSCC.  This  is an unrestricted acquisition
  with a 10% preference for SDB concerns.   Automated Best Value
  Model (ABVM) and Delivery Evaluation Factor (DEF)  apply. 
  While price is a significant factor in the evaluation of offers,
   the final award decisio will be based upon a combination of
  price,  delivery and past performance as described in the solicitation.
   All  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-350 SN012215)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd. St.Louis, MO 63120
SUBJECT: 30--DRIVE SHAFT, ANGLE
SOL DAAJ09-97-R-0196
DUE 022197
POC Brandon Hunt, Contract Specialist, AMSAT-A-PLBB, 314-263-0771
  or Carol Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779,
  Datafax 314-263-9012.
DESC: NSN 3010-01-372-4158, P/N 7-311320001-8, IAW ATCOM Spares
  Technical Data Package, 7-311320001, Rev A. The Government
  intends to issue a Indefinite Deliver Indefinite Quantity,
  Firm Fixed Price Type Contract with five consecutive ordering
  periods. The minimum quantity is 50 each and the maximum quantity
  is 150 each. Delivery will be FOB Destination for the first
  ordering period and FOB Origin for the subsequent ordering
  periods. Required delivery with First Article Testing is 618
  DACA and 10 each per month thereafter, first article test report
  due 378 DACA. Required delivery without first article test
  is 450 each DACA and 10 each per month thereafter until completion.
  This procurement requires prequalification. All responsible
  sources may submit a proposal which shall be considered by
  the agency. Justification for other than full and open competition
  is FAR 6.302-1, Only One Source or Only a Limited Number of
  Responsible Sources. This proposed contract action is for supplies
  for which the Government does not have specifications and drawings
  to permit full and open competition. Approved sources are McDonnell
  Douglas Helicopter Co., Mesa, AZ 86202, Boeing Precision Gear,
  Inc., Chicago, IL 60638, and The Purdy Corp., Manchester, CT
  06040. This item is a non-flight safety part that requires
  Engineering Testing. For evaluation purposes, the estimated
  cost of the testing will be added to offers received from approved
  sources who are not tested. The time required for approval
  of new supplies is such that award and delivery cannot be delayed
  pending approval of a new source. Firms are encouraged to seek
  source approval in order to compete for future solicitations
  IAW the instruction contained in Section L of the solicitation.
  The principle medium which the Government will use for technical
  data transmittal during this procurement is the 4.75 inch in
  diameter compact disk with embedded reader software. Windows
  3.1, or Windows NT operating environment and a CD Reader are
  required. Information on meeting of qualifications may also
  be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject to availability
  of funds. No telephone requests will be accepted. You may fax
  your request ATTN: AMSAT-A-PLBB, Brandon Hunt, Contract Specialist,
  on 314-263-0910. Numbered Note(s) 23 and 26 apply.
CITE: (I-351 SN012442)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, PLAIN, SPHERIAL SOURCE CONTROL DATA
SOL SP0500-97-Q-A965
DUE 010397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Lee Schiller/HCB21/X6942 buyer:  L
  EE  Schiller/HCB21/X6942
DESC: PR-NO:  FPI96313002204 NSN 3120-01-224-6490, bearing, plain,
   spherial GE source control drawing 1338M24P01, vendor substantiation
   required.  3 -EA Del to Kelly AFB TX 78241-5444 Del by 27
  Dec 96.   1,352 -EA Del to Tracy CA 95376-5000 Del by 27 Dec
  96.  860 -EA Del to  New Cumberland PA 17070-5001 Del by 30
  Dec 96.  RFQ due date 97 Jan 03  specs:  GE electric Co P/N
  1338M24P01 incremental bidding:  primary  quantity:  860 1ST
  alt quantity:  1290 2ND alt quantity:  1720  deliveries to
  CONUS(excluding Alaska) delivery schedule:  155 days offers
   will be evluated with a 10% preference for small disadvantaged
  business  concerns this contract action is for supplies for
  which the government  does not possess complete, unrestrictive
  technical data; therefore the  government intends to solicit
  and contract with only approved sources  under the authority
  of 10 U.S.C 2304 (C) (1) approved source is:  PSI  Bearing
  this solicitation contains an option for increased quantity:
    while price will be a significant factor in the evaluation
  of offers, the  final contract award price will be based upon
  a combination of price and  delivery as described in section
  M of this solicitation specs/Dwgs are not  required to obtain
  a copy of this solicitation please FAX request to (215)  697-6333,
  X1462, X2978.
CITE: (I-350 SN012253)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 31--BEARING,ROLLER,SPEC
SOL N0038396RM965
DUE 012397
POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206,
  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-3110-01-158-1700-TN, SPEC NR TDP VER 002, Ref Nr AAV9315R0-7MSR-A2819,
  Qty 363 EA, Delivery FOB Origin----- NO DRAWINGS AVAILABLE.,
  See Note 23
CITE: (I-351 SN012270)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: NASA, JSC White Sands Test Flight, RE, P.O. Drawer MM
  Las Cruces, NM 88004
SUBJECT: 38--PURCHASE/DELIVERY OF A 150 TON ALL-TERRAIN HYDRAULIC
  CRANE WITH TRADE-IN.
SOL 9-WSRE-W10-7-6P
DUE 011397
POC Contract Specialist: Lindsey D. Irby, (505) 524-5139 Contract
  Officer: Vernon J. Brown, (505) 524-5134
DESC: NASA/JSC plans to issue a Request for Offer (RFO) for purchase
  of a new commercial model hydraulic all-terrain Crane with
  a minimun capacity of 150 tons.The Crane must be capable of
  lifting 22 tons at a minimum radius of fifty feet, meet all
  current OSHA safety requirements, have a boom length of at
  least 140 feet and be equipted with anti-two block protection
  and an electronic overload safety system and will include operator
  training. Less trade-in of a P&H mobile 100 ton crane,mfg.
  1964,s/n M20A-596,with approxmately 150 feet of boom. This
  procurement is being conducted under the NASA/JSC MidRange
  Pilot Test Program approved by the Office of Federal Procurement
  Policy on April 16, 1993. All responsible sources may submit
  an offer which shall be considered by the agency. An ombudsman
  has been appointed to hear concerns from offers and potential
  offerors during the preaward and postaward phases of this acquisition.
  The purpose of the ombudsman is not to diminish the authority
  of the contracting officer, the Source Evaluation Board, or
  the selection official, but to communicate concerns, issues,
  disagreements, and recommendations of interested parties to
  the appropriate Government personnel and to work to resolve
  them. When requested, the ombudsman will maintain strict confidentiality
  as to the source of the concern. The ombudsman does not participate
  in the evaluation of proposals, the source selection process,
  or the ajudication of formal contract disputes. Interested
  parties are invited to call the installation ombudsman, Brian
  Duffy at (281) 483-6050. Concerns, issues, and disagreements
  which cannot be resolved at the installation may be referred
  to the NASA ombudsman, Tom Luedtke at (202) 358-2090. The solicitation
  and any documents related to this procurement will be available
  over the Internet. These documents will be in RTF format and
  will reside on a World-Wide Web (WWW) server, which may be
  accessed using client browsers, such as, MOSAIC or NETSCAPE.
  The WWW address, or URL, of the JSC Procurement home page is:
  "http://www.jsc.nasa.gov/bd2/" It is the offeror's responsibility
  to monitor this site for solicitation release. Potential offerors
  will be responsible for downloading their own copy of the solicitation.
  The RFO will be released on or about 01/13/97. If there are
  any questions, the contract specialist may be contacted via
  E-mail at lirby@wstf.nasa.gov or by phone at (505) 524-5139
  or the contracting officer may be contacted via E-mail at vbrown@wstf.nasa.gov
  or by phone at (505) 524-5134.
CITE: (I-351 SN012448)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: 39--FLOW RACK AND HANGING CLOTHING SYSTEM
SOL N00140-97-R-0383
POC Joseph Saunders,Contract Negotiator 215)697-9663.
DESC: FISC Norfolk Detachment Philadelphia intends to acquire
  a Flow Rack and Hanging Clothing System for the Naval Training
  Operations,Great Lakes, Illinois. Subject system is to be in
  accordance with the drawings and the statement of work provided
  with the solicitation. The applicable Standard Industrial Code
  is 2542. This is an unrestricted sollicitation to be solicited
  under Part 12 of the Federal Acquisition Regulation (FAR).
  Request for solicitztion should be made by letter, telegram,
  or fax (215)697-9738 directed to FISC Norfolk Detachment Philadelphia.
  SYN 054.
CITE: (I-351 SN012477)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING, PIPE, 70/30 COPPER-NICKEL ALLOY MATERIAL,
  2.00  INCH NOMINAL PIPE SIZE, SOCKET
SOL SP0770-97-Q-ME28
DUE 021397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  Anna Austin/  (614)692-2486
DESC: PR-NO:  YPC96317001789 NSN 4730-01-422-1986, CAGE 53711
  Part No  803-6397430, SZ2IN, 70/30CUNI coupling, pipe. 70/30
  copper nickel  alloy material, 2.00 inch nominal pipe size,
  socket weld ends. I/A/W  naval Sea Systems command drawing
  NR 803-6397430, SZ2IN, 70/30CUNI.  33 - EA Del to Norfolk VA
  23512-0001 Del by 60 days ado.see NOTES (1)&(13).   Small business
  size standard is 500 employees. solicitation not available
   until 15 days after published in the CBD. written requests
  for drawings are  to be submitted to Defense Supply Center
  Columbus, Attn: DSCC-VTRD, PO.   Box 3990, Columbus, OH. 43216-5000,
  by FAX (614) 6922998 or Call (614)  692-2344. requests should
  include the IFB/RFP/RFQ number,  opening/closing NSN, YPC/ZPC
  or NPC number; buyer's name and your complete  name and address.
  federal, military and commercial specifications cannot  be
  provided by DSCC. automated best calue model (ABVM) applies.
  while  price may be a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combination
  of price and past performance,  as described in the solicitation.
  Delivery Evaluation Factor (DEF) applies.  while price is a
  significant factor in the evaluation of offers, the final 
  award decision will be based upon a combination of price and
  past  performance as described in this solicitation.
CITE: (I-350 SN012201)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--PACKING NUT (NUT, GLAND-SHOCK ABSORBER, MAIN LANDING
  GEAR).
SOL SP0740-97-Q-0589
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96297000993 NSN 4730-01-170-4001, CAGE S5495
  Part No  74A410861-2003 CAGE 13002 Part No 74A410861-2003 CAGE
  17576 Part No  74A410861-2003 CAGE 35962 Part No 74A410861-2003
  CAGE 36164 Part No  74A410861-2003 CAGE 76301 Part No 74A410861-2003
  packing nut.  Procure  McDonnell Douglas corporation; Israel
  aircraft Industries / SHL Division;  heroux Inc; Castle precision
  Industries; messier-dowty Canada LTD;  coltec-menasco. part
  number 74A410861-2003.  30 -EA Del to Tracy CA  95376-5000
  Del 360 days after award.f 28 -EA Del to Jacksonville FL  32212-0097
  Del 360 days after award.  51 -EA Del to San Diego CA  92136-0000
  Del 360 days after award.  Solicitation not available until
  15  days after published in the CBD.  Specifications, plans
  or drawings are not  available.  This is an unrestricted acquisition
  with a 10% preference for  SDB concerns.  Automated Best Value
  Model (ABVM) applies.  While price  may be a significant factor
  in the evaluation of offers, the final award  decision will
  be based upon a combination of price and past performance,
   as described in the solicitation.  Delivery evaluaiton factor
  (DEF) applies.   While price is a significant factor in the
  evaluation of offers, the final  award decision will be based
  upon a combination of price and past  performance as described
  in this solicitation.  Automated Best Value Model  (ABVM) and
  Delivery Evaluation Factor (DEF) apply.  While price is a 
  significant factor in the evauation of offers, the final award
  decision  will be based upon a combination of price, delivery,
  and past  performance as described in the solicitation.  All
  responsible sources may  submit offer which DCSC shall consider.
CITE: (I-350 SN012206)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC.
SOL SP0770-97-Q-MH03
DUE 022097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Anita Luich (614) 6 92-1325
DESC: PR-NO:  YPC96299000936 NSN 4720-00-621-4673, CAGE 71379
  Part No  9900003-6 CAGE 98159 Part No 4740-1 hose assembly.
  rubber. rubber teck  Inc. P/N 4740-1; Cessna Acft Co. P/N 9900003-6.
   212 -EA Del to Tracy  CA 95376-5000 Del by 08 Apr 97.  64
  -EA Del to Mechanicsburg PA  17055-0789 Del by 08 Apr 97. 
  See NOTES 1, 23.  Solicitation not  available until 15 days
  after published in the CBD.  Specifications, plans  or drawings
  are not available.  This acquisition is for supplies for which
   the government does not possess complete, unrestrictive technical
  data;  therefore, the government intends to solicit and contract
  with only  approved sources under the authority of 10 U.S.C.
   2304(C)(1).  Approved  sources are:  Cessna aircraft Co.,
  rubber teck Inc.  Automated Best  Value Model (ABVM) applies.
   While price may be a significant factor in the  evaluation
  of offers, the final award decision will be based upon a  combination
  of price and past performance, as described in the solicitation.
    Delivery Evaluation Factor (DEF) applies. while price is
  a significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combination of price and
  past performance as described in this  solicitation.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-350 SN012207)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--FLUIDIC ASSEMBLY E/I:  S-3 ACFT
SOL SP0770-97-Q-MG90
DUE 012597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614692-3411
DESC: PR-NO:  YPC96142001762 NSN 4810-01-271-8773, CAGE 59364
  Part No  3168841-1 fluidic assembly Alliedsignal Inc part number
  3168841-1.  140 - EA Del to Cherry Point NC 28533-5001 Del
  by 15 Jul 96.  Solicitation not  available until 15 days after
  published in the CBD.  Specifications, plans,  or drawings
  are not available.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-350 SN012204)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--BODY, VALVE. INCLUDES 4 INSERTS. FOR BUTTERFLY VALVE
  MODEL  109710.
SOL SP0770-97-Q-MG89
DUE 012597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614692-3411
DESC: PR-NO:  YPC96145001147 NSN 4810-01-348-8047, CAGE 59364
  Part No  3162677-2 body, valve. includes 4 inserts. for butterfly
  valve model  109710. Garrett Fluid Systems Div.  Part number
  3162677-2.  6 -EA Del  to Richmond VA 23297-5900 Del by 19
  Aug 96.  11 -EA Del to McClellan AFB  CA 95652-1621 Del by
  19 Aug 96.  Solicitation not available until 15 days  after
  publi shed in the CBD.  Specifications, plans or drawings are
  not  available.  All responsible sources may submit offer which
  DCSC shall  consider.
CITE: (I-350 SN012205)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--BODY, VALVE.  CONTAINS THE BUTTERFLY PLATE.
SOL SP0770-97-Q-MH76
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96331000801 NSN 4810-01-273-4341, CAGE 59364
  Part No  883477-4 body, valve.  With butterfly plate. Alliedsignal
  P/N 883477-4.   37 -EA Del to Tinker AFB OK 73145-9013 Del
  210 days after date of award.   Solicitation not available
  until 15 days after published in the CBD.  All  responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-350 SN012213)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, LINEAR DIRECTIONAL. SOLENOID OPERATED 18
  TO 30 VOLTS  DC, 160 DEG F MAX TEMP. DESIGNED
SOL SP0740-97-Q-0594
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96295002086 NSN 4810-01-256-2244, CAGE 92003
  Part No  2830037-105 valve, linear, directional control.  I/A/W
  Parker-Hannifin  part number 2830037-105.  10 -EA Del to Tracy
  CA 95376-5000 Del 180 days  after award.  Solicitation not
  available until 15 days after published in  the CBD.  Specifications,
  plans or drawings are not available.  This is  an unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-350 SN012218)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--CARTRIDGE, SAFETY RELIEF VALVE.
SOL SP0740-97-Q-0595
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96295002097 NSN 4820-01-134-7674, CAGE 60029
  Part No  3219-044 cartridge, safety relief valve.  No technical
  data available at  DCSC.  Hydraulic units Co. fscm-60029, P/N
  3219-044.  90 -EA Del to  Tracy CA 95376-5000 Del 180 days
  after award.  44 -EA Del to  Jacksonville FL 32212-0097 Del
  180 days after award.  Solicitation not  available until 15
  days after published in the CBD.  Specifications, plans  or
  drawings are not available.  This is an unrestricted acquisition
  with a  10% preference for SDB concerns.  Automated Best Value
  Model (ABVM)  applies.  While price may be a significant factor
  in the evaluation of offers,  the final award decision will
  be based upon a combination of price and  past performance,
  as described in the solicitation.  Delivery evaluaiton  factor
  (DEF) applies.  While price is a significant factor in the
   evaluation of offers, the final award decision will be based
  upon a  combination of price and past performance as described
  in this solicitation.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-350 SN012219)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, VENT. MEDIA AIR. MAXIMUM OPERATING PRESSURE
  60 PSI.  E/I:  F-18 ACFT FUEL TANK.
SOL SP0740-97-Q-0597
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96295002098 NSN 4820-01-159-7605, CAGE 0TR84
  Part No  2790544-101 CAGE 76301 Part No 74B550730-101 CAGE
  92003 Part No  2790544-101 CAGE 96736 Part No 9-9400-1 valve,
  air pressure relief.  67 - EA Del to Tracy CA 95376-5000 Del
  60 days after award.  47 -EA Del to  New Cumberland PA 17070-5001
  Del 60 days after award.  Small business  size standard is
  500 employees.  Solicitation not available until 15 days  after
  published in the CBD.  Specifications, plans or drawings are
  not  available.  Automated Best Value Model (ABVM) applies.
   While price may be  a significant factor in the evaluation
  of offers, the final award decision  will be based upon a combinaiton
  of price and past performance, as  described in the solicitation.
   Delivery Evaluation Factor (DEF) applies.   While price is
  a significant factor in the evaluation of offers, the final
   award decision will be based upon a combination of price and
  past  performance as described in this solicitation.  All responsible
  sources may  submit offer which DCSC shall consider.
CITE: (I-350 SN012220)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 48--VALVE, SOLENOID
SOL F41608-96-58924
DUE 012797
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Wynne, P./lck2636/[210 ]925-6837
DESC: Item 0001 NSN 4810-01-388-3768LD P/N: 3870099-103, 3-WAY
  2-PORT  VALVE; HYDRAULIC FLUID PER MIL-H-83282 3EA. Applicable
  to: C17 Aircraft. Destn: Kelly Afb, Texas 78241-6425. Delivery:
  31 Jan 97 3 ea Size/Dimensions: 3.5 By 4 inches X 3 inches
  Form, Fit and Function: Overides Fuel Vent Valve The approximate
  issue/response  date will be 26 Dec 96. The anticipated award
  date will be 28 Mar 97. Written procedure will be used for
  this solicitation. To: Parker-Hannifin Corp, Irvine Ca 92713-1011.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. See Note (s) See Note(s) 22,26.
CITE: (I-351 SN012409)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--ADAPTER, INSPECTION
SOL SP0920-97-Q-A095
DUE 012697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96340000396 NSN 4931-00-863-5656, adapter, inspection
   CAGE 19200 Part No 8213889 no vendor data available.  3 -EA
  Del to (Call  contracting office) Del by 04 Dec 96.  Other
  than full and open  competition:  part numbered item.  Products
  offered clause applies.  PR  quantity:  3 EA delivery schedule
  90 days ADO set-aside type:   unrestricted (sole source/single
  source) (no preference) size standard 500  all responsible
  sources may submit offer which DESC shall consider.
CITE: (I-349 SN012189)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 53--SEAL ASSEMBLY, SHAFT
SOL DAAE0797RT035
DUE 021397
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Veronica Jaroma
  (810) 574-8079
DESC: NSN:  5330010744945, qty:  6670, FOB:  destination, opt:
    none item:  seal assembly, shaft.  MIL PN:  122886849.  Top
  drawing  source controlled:  Sealol, Inc; Kaydon ring & seal;
  qualseal Tech.  indefinite quantity contract. see NOTE:  22.
   The offer due date is on  or AB out 021397 (see soliciation
  for actual offer due date).
CITE: (I-348 SN012120)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 53 -- BRACKET, MOUNTING
SOL DAAJ09-97-Q-0364
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5340-01-297-1516; P/N: 7-367100101; QTY: 23 Each,
  applicable to the AH-64 Aircraft. FOB Destination with delivery
  of 23 each to Texarkana, TX 180 days ARO. This is a full and
  open competitive requirement. This proposed contract action
  is for supplies for which the Government does not own specifications
  and drawings. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency.
CITE: (I-348 SN012158)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, OIL CATERPILLAR DEFENSE & FEDERAL PROD (11083)
SOL SP0500-97-Q-H016
DUE 010697
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Edward brogan/LCB23/X3022 buyer:  D
   Lewicki/LCB23/X3022
DESC: PR-NO:  YPI96325000745 NSN 5330-00-438-5152, 1,150 -EA
  Del to  Barstow CA 92311-5014 Del by 14 May 97.  500 -EA Del
  to San Diego CA  92136-0000 Del by 14 May 97.  RFQ due date
  97 Jan 06 predominant mater:   seal, oil primary quantity:
   500 deliveries to CONUS(excluding Alaska)  delivery schedule:
   90 offers will be evaluated with a 10% preference for  small
  disadvantaged business concerns while price will be a significant
   factor in the evaluation of offers, the final contract award
  price will be  based upon a combination of price and delivery
  as described in section M of  this solicitation specs/Dwgs
  are not required to obtain a copy of this  solicitation please
  FAX request to (215) 697-6333, X1462, X2978.
CITE: (I-350 SN012235)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, NONMETALLIC SPECIAL SHAPED SECTION PRECISION
  SEALS INC  (63769)
SOL SP0500-97-Q-G967
DUE 010697
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Edward brogan/LCB23/X3022 buyer:  D
   Lewicki/LCB23/X3022
DESC: PR-NO:  RPI96332001022 NSN 5330-01-203-6551, 8,500 -EA
  Del to New  Cumberland PA 17070-5001 Del by 20 Feb 97.  RFQ
  due date 97 Jan 06  predominant mater:  nonmetallic special
  shaped section primary quantity:   8500 deliveries to CONUS(excluding
  Alaska) delivery schedule:  90 offers  will be evaluated with
  a 10% preference for small disadvantaged business  concerns
  while price will be a significant facor in the evaluation of
  offers,  the final contract award price will be based upon
  a combination of price  and delivery as described in section
  M of this solicitation specs/Dwgs are  not required to obtain
  a copy of this solicitation please FAX request to  (215) 697-6333,
  X1462, X2978.
CITE: (I-350 SN012254)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX
  2946, PORTLAND OR 97208-2946
SUBJECT: 54--FABRICATE AND INSTALL BLOCKED TRASHRACKS AT BONNEVILLE
  DAM FIRST POWERHOUSE,OREGON
SOL DACW57-97-B-0002
DUE 021197
POC Contract Specialist MARTINA HARWOOD (503) 326-5816 (Site
  Code DACW57)
DESC: Bonneville Dam First Powerhouse. Manufacture and install
  6 trashrack blockage hoists, 6 ice and trash sluice gate hoists
  for units 3 and 5, and furnish one ultrasonic water level transducer,
  2 data acquisition units, electrical cabinets, wiring and istall
  them along with 3 government furnished transducers and 2 Miltronics
  multiranger systems at the Bonneville first powerhouse. Also,
  provide on site maintenance (for 30 days after installation),
  services of a skilled craftsman (NTE 200 hours, optional cntract
  item), ultransonic inpsection and magnetic particle inspection
  (both optional). The contractor shall provide a suitable crane
  and rigging for unloading and installation. All work to be
  completed no later than 15 April 1997. Technical questions
  may be addressed to John Etzel at (503)326-6128. This procurment
  is 100% set aside for small business concersn, the size standard
  for which is a concern, including ffiliates is 500 employees
  or less. Please indicate business size when responding. Invitation
  for bid DACW57-97-B-0002 will be available on or about Janaury
  7, 1997 at a cost of $32 for plans and specifications and $17
  for additional specs. Tentative bid oening date is February
  11, 1997. All responsible sources may submit a bid which will
  be considered by the
CITE: (I-351 SN012386)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000
SUBJECT: 56--READY MIX CONCRETE
SOL DABT23-97-B-0027
DUE 012997
POC Contract Specialist Paul Avery (502) 624-8069 (Site Code
  DABT23)
DESC: Requirements Type Contract for Ready Mix Concrete, delivery
  to Fort Knox, Kentucky during the period 1 March 1997 through
  28 February 1998. Estimated annual quantity 750 cubic yards.
  See Numbered Notes 1. All responsible sources may submit an
  offer wich will be considered. No telephone requests for solicitation
  accepted. You may fax your request to 502/624-5869.
CITE: (I-351 SN012393)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58--FIREFINDER AN/TPQ-37 PRE-PLANNED PRODUCT IMPROVEMENT
  (P3I) PROGRAM/BLOCK II
SOL DAAB07-97-R-S607
POC Virginia Knight, Contract Specialist, AMSEL-AC-CC-C-CR (908)532-4347,
  Yvonne H. Bova, Contracting Officer, AMSEL-AC-CC-C-CR (908)532-4347.
DESC: A competitive, Best Value, negotiation is proposed for
  the Pre-Planned Product Improvement (P3I) Program/Block II
  which is a material upgrade to the current AN/TPQ-37 FIREFINDER
  Radar System, i.e. upgrade the AN/TPQ-37 Antenna/Transceiver
  Group(ATG) and incorporation of the AN/TPQ-36(V)8 Operation
  Central (OC) shelter. This is a 36-month program to deliver
  up to three radar systems. This pgrogram includes design, build,
  integration, qualification testing and operational testing.
  The P3I Program Integrated Product Team (IPT) is developing
  the draft Performance Specification. Draft Solicitation to
  be issued May 1997. Solicitation to be issued August 1997.
  Award anticipated for 1st quarter 1998. Offerors will be required
  to obtain a "Secret" Secruity Clearance. Enclosures: Draft
  Performance Specification and all updates, etc. can be located
  on the Electronic Bulletin Board located at CECOM, Ft. Monmouth,
  NJ. solicitation number DAAB07-97-R-S607 will be used for this
  effort. The U.S. Army Communications Electronics Command (CECOM)
  has established an Electronic Bulletin Board (EBB) to provide
  electronic transmittal of Request for Proposals (RFPs) and
  Invitations for Bids (IFBs) from Government to Industry. All
  interested parties wishing to do business with CECOM are invited
  to access, operate, send and receive data from the CECOM EBB
  system. To become a user of the EBB, you will need an identification
  code and password in addition to a computer terminal equipped
  with the necessary hardware and software to interface with
  the EBB system. A user's identification code and password will
  be issued upon request along with instructions for downloading
  the EBB User's Manual. All requests must include (1) company
  name, (2) point(s) of contact name(s) and title(s), (3) return
  address(es) and (4) telephone number(s). Please send your request
  in writing to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA,
  Attn: EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020,
  Commercial #: (908)-532-3820. Contractors may request aperture
  cards and notice of revision(s) via EBB, e-mail, or by written
  request to the Contracting Officer at the address set forth
  in paragraph 11 above. Bids shall be submitted in hard copy
  at the time and place specified in the solicitation. No bid
  responses shall be submitted to the Contracting Office.
CITE: (I-351 SN012456)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 58--MODEM, COMMUNICATION
SOL DAAH01-97-R-A042
DUE 012496
POC AMSMI-AC-CDCA, Ellen M. Daniel Contracting Officer, 205-842-7588.
DESC: Synopsis No. 5386-96 (MA) NSN 5895-01-064-1873, Army P/N
  11511023. Includes options for four program years. This item
  has been identified as having a potential for significant quantity
  fluctuation due to the Army's changing supply demands. As such,
  an Incremental Quantity Program solicitation will be issued
  utilizing Incremental Quantity Program provisions to reflect
  a minimum quantity of 25, known quantity of 62, and a maximum
  quantity of 87. Destinations to be furnished. Delivery schedule
  220 days after contract award. Offerors must be approved and
  qualified. This proposed contract action is for supplies or
  services for which the Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to Rockwell International, Collins
  Defense Communications 350 Collins Rd., N.E., Cedar Rapids,
  Iowa, 52498. All responsible sources may submit a bid, proposal,
  or quotation which shall be considered by this agency. Request
  solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5895-01-064-1873,
  Awd Date 072595, Qty 10, Unit Price $13,170.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-351 SN012483)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: HQ Electronic Systems, MILSATCOM Terminals Programs,
  ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620
SUBJECT: 59 -- AFSAT CONTROL INDICATOR DRIVERS, NOTICE OF INTENTION
  TO AWARD TO GTE GOVERNMENT SYSTEMS
SOL N/A
POC Stephen DiLustro, Buyer, 617-271-6283, Joseph Zimmerman,
  Contracting Officer, 617-271-6279.
DESC: Notice of intention to award firm fixed price Purchase
  Orders to GTE Government Systems of Needham, MA for equipment
  that will support Dual Modem Upgrade operations at AACE-modified
  AN/GSC-42 terminals sites. The equipment to be delivered consists
  of 13 fully developed AFSAT Control Indicator (CI) Drivers
  (GTE part Number 01-1329106-1) which meet the requirements
  of NSN 5996-01-435-2766AH parts. Assets to be used to augment
  existing AFSATCOM modems and control indicators at several
  fixed sites. Authority to procure is pursuant to 10 USC 2304
  (C)(1), only one responsible source. Delivery is required at
  Hanscom AFB, MA not later than 90 days after contract award.
  This synopsis does not constitute a Request for Proposal (RFP)
  or an Invitation for Bid (IFB) and is not intended to be construed
  as a commitment by ESC. Despite ESC's intent to contract sole
  source to GTE Government Systems, if your firm believes that
  it can meet the above requirements, submit a qualification
  package to ESC/MCK, MITRE-D Bldg., 50 Griffiss Street, Hanscom
  AFB, MA 01731-1620, Attn: Mr. Stephen DiLustro. See Numbered
  Note(s): 22.
CITE: (I-348 SN012111)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ATTENUATOR, VARIABLE
SOL SP0970-97-Q-A112
DUE 011797
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96044000040 NSN 5985-01-187-2909, CAGE 49956
  Part No  G254013-1 CAGE 62841 Part No 5052-K14 no additional
  descriptive data  available 26 -EA Del to Hill AFB UT 84056-5734
  other than full and open  competition:  part numbered item
  products offered clause applies.   Various increments solicited:
   53-53, 54-59, 60-69, 70-79, 80-89,  90-99.  PR quantity: 
  53 EA line 1, quantity 26, FY2020 Hill AFB UT  84056-5734 line
  2, quantity 27, W62G2T Stockton CA 95296-0130 delivery  schedule:
   60 days total small business set-aside size standard:  750
   all responsible sources may submit offer which DESC shall
  consider.
CITE: (I-350 SN012192)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
SOL SP0900-96-T-E686
DUE 011097
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96078000010 NSN 5962-01-134-5379, CAGE 82577
  Part No  259287-1 CAGE 82577 Part No 3904905-1 15 -EA Del to
  Richmond VA  23297-5900 Del by 31 Dec 96.  Various increments
  solicited:  none PR qty:   15 each delivery schedule:  15 each
  within 200 days set-aside type:   F=UNRESTRICTED with preferential
  consideration for SDB size standard:   500 all responsible
  sources may submit offer which DESC shall consider.
CITE: (I-350 SN012193)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-97-R-A017
DUE 020697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96324000471 NSN 5960-01-437-1315, CAGE 81349
  Part No  7203A 697 -EA Del to Mechanicsburg PA 17055-0789 Del
  by 30 Dec 96.  700 - EA Del to Lathrop CA 95330 Del by 30 Dec
  96.  Full and open competition:   military specification item
  various increments:  700-999 1000-1499  1500-1999 2000-2999
  3000-4999 size standard:  750 delivery schedule:   250 each
  within 120 days, 250 each every 30 days set-aside type:   g-unrestricted
  (sole source/single source) (no preference) no drawings  available
  all responsible sources may submit offer which DESC shall consider.
CITE: (I-350 SN012194)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59--TRANSFORMER ASSEMBL
SOL N0010497QGA96
DUE 020397
POC Contact Point, Kay Y Larue, 02152.2, (717)790-2498, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 7H-5950-01-271-9639, SPEC NR TDP VER 004, Ref Nr 5598214-9,
  Qty 2 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk
  VA, See Note 9
CITE: (I-351 SN012276)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59--CCA, CONTROLLER
SOL N0010497RLB48
DUE 020397
POC Contact Point, Debora L Paules, 02132.3, (717)790-2719, Fax,
  (717)790-7335, Twx, Not-avail, Contracting Officer, William
  R Wolfe, 02132, (717)790-2191
DESC: NSN 7H-5998-01-391-5570-VN, SPEC NR TDP VER 007, Qty 10
  EA, Deliver to Naval Undersea Warfare Center Keyport WA --
  Please include your cage code when requesting a copy of the
  solicitation., See Note 9
CITE: (I-351 SN012277)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A041
DUE 011297
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5374-96 (MA) NSN 5999-01-261-7860, Army P/N
  1D49553-503. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 12, known quantity of 31,
  and a maximum quantity of 43. Plus options for base year and
  three program years. Destinations to be furnished. Delivery
  schedule 220 days after contract award. Offerors must be approved
  and qualified. This proposed contract action is for supplies
  or services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources. Suggest
  that small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to McDonnell Douglas Corporation,
  Defense and Electronics Systems, 5301 Bolsa Ave., Huntington
  Beach, CA 92647. All responsible sources may submit a bid,
  proposal, or quotation which shall be considered by this agency.
  Request solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-261-7860,
  Awd Date 041291, Qty 16, Unit Price $3,3833.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-351 SN012325)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A038
DUE 011297
POC AMSMI-AC-CDDA, Geraldine Turner Contract Specialist, 205-842-6225
  AMSMI-AC-CDDA, Reba C. Adkins Contracting Officer, 205-842-6220.
DESC: Synopsis No. 5376-96 (MA) NSN 5999-01-165-6549, Army P/N
  1D49795-1. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 25, known quantity of 33,
  and a maximum quantity of 46. Plus options for base year and
  two program years. Destinations to be furnished. Delivery schedule
  220 days after contract award. Offerors must be approved and
  qualified. This proposed contract action is for supplies or
  services for which the Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to McDonnell Douglas Corporation,
  Defense and Electronics Systems, 5301 Bolsa Ave., Huntington
  Beach, CA 92647. All responsible sources may submit a bid,
  proposal, or quotation which shall be considered by this agency.
  Request solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-165-6549,
  Awd Date 021496, Qty 8, Unit Price $4,268.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-351 SN012326)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1162,
  Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 59--RELAY, TIME DELAY
SOL N00164-97-Q-0047
DUE 123196
POC Contact point, Ms. Jeana Bosell, Purchasing Agent, Code 1162N1,
  812-854-1862
DESC: 105 Each Time delay relay, 1 second, Time delay release,
  IAW M83726/12-1001W. FOB Destination., Inspection and acceptance
  At Destination. This is an unrestricted Request for Quotation.
  Quotes can be faxed to 812-854-3762 to the above POC. Closing
  date is 12/31/96
CITE: (I-351 SN012462)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A054
DUE 012497
POC AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630.
DESC: Synopsis No. 5392-96 (MA) NSN 5998-01-306-8978, Army P/N
  13235047. Includes options for one program year. This item
  has been identified as having a potential for significant quantity
  fluctuation due to the Army's changing supply demands. As such,
  an Incremental Quantity Program solicitation will be issued
  utilizing Incremental Quantity Program provisions to reflect
  a minimum quantity of 10, known quantity of 24, and a maximum
  quantity of 34. Destinations to be furnished. Delivery schedule
  220 days after contract award. Offerors must be approved and
  qualified. This proposed contract action is for supplies or
  services for which the Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to Raytheon Company, Missile Systems
  Division, Andover Plant, 350 Lowell Street, West Andover, MA
  01810. All responsible sources may submit a bid, proposal,
  or quotation which shall be considered by this agency. Request
  solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5998-01-306-8978,
  Awd Date 073187, Qty 177, Unit Price $4,279.62. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-351 SN012484)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59--COUPLER, DIRECTIONAL
SOL DAAH01-97-R-A052
DUE 012496
POC AMSMI-AC-CDCA, Ellen M. Daniel Contracting Officer, 205-876-7294.
DESC: Synopsis No. 5393-96 (MA) NSN 5985-01-357-7969, Army P/N
  11469346. Includes options for each of three program years.
  This item has been identified as having a potential for significant
  quantity fluctuation due to the Army's changing supply demands.
  As such, an Incremental Quantity Program solicitation will
  be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 2, known quantity of 4, and
  a maximum quantity of 7. Destinations to be furnished. Delivery
  schedule 200 days after contract award. Offerors must be approved
  and qualified. This proposed contract action is for supplies
  or services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources. Suggest
  that small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to TAMAM Precision Instruments Ind.,
  P.O. Box 75 Yahud 56100, Tel Aviv, Israel. All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered by this agency. Request solicitation package
  from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The
  most recent representative unit price and quantity relative
  to this acquisition is NSN 5985-01-357-7969, Awd Date 072495,
  Qty 32, Unit Price $35,692.00. The Government provides this
  price history without assuming the responsibility for any resulting
  conclusions or interpretations that may be made. The price
  history is provided for informational purposes only and should
  not be relied upon as a basis for offer/bid. Adequate drawings,
  specifications or other technical data are not available for
  this procurement and will not be furnished. Potential offerors
  are encouraged to pursue qualification for future buys in accordance
  with MICOM Pamphlet 702-1 available through Internet. See Numbered
  Note(s): 22.
CITE: (I-351 SN012485)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-T-0168
DUE 012497
POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX
  205-955-7737.
DESC: Synopsis No. 5401-96 (MA) This is a combined Synopsis/Solicitation,
  Pron D1701412; Noun: Circuit Card Assembly; NSN: 5998-01-357-7920;
  Army P/N 11469401, 53 each. Inspection/Acceptance Pts; Source,
  Inspection Requirements: MIL-I-45208, 52.246-2, 52.246-16,
  Bar Coding Required. Fob Point: Destination. Destination: XU
  Transportation Officer, Defense Dist Depot Susquehanna, New
  Cumberland, PA 17070-5001. Packaging: B/C IAW Mil-Std-2073,
  Supplemented by Mil-P-116J. Delivery schedule 220 days, best
  possible delivery requested. Offerors must be approved and
  qualified. The Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunities in connection with this Procurement, make contract
  with the firm(s) listed. The Government does not possess adequate
  documentation to acquire from other than the approved source.
  Restricted source is Raytheon Company, Missile Systems Division,
  Andover Plant 350 Lowell Street, West Andover, MA 01810. All
  responsible sources may submit a quotation which shall be considered
  by this agency. Inquiries may be sent to address above. Adequate
  Drawing, Specification, or other technical data are not availble
  and will not be furnished. Potential offerors are encouraged
  to pursue qualification for future buys in accordance with
  Micom Pamphlet 702-1 available through Internet. Sic code 3679,
  Number of employees 500, Quotes should be submitted to Commander,
  U.S. Army Missile Command, Acquisition Center, Redstone Arsenal,
  AL 35898-5280, Attn: AMSMI-AC-CDCB, Jerri Vickers, (Reference
  DAAH01-97-T-0168, Pron D1701412. Request solicitation package
  from address above, ATTN: AMSMI-AC-MOD. Drawings, specifications,
  or other technical data are not available and will not be furnished.
  See Numbered Note(s): 22.
CITE: (I-351 SN012487)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: Operator Service Department, Nippon Telegraph and Telephone
  Corporation, Attn: Mr. Noda  +81-3-5359-3346
SUBJECT: 59--COMMUNICATIONS RECORDER / PLAYER
SOL KANPO 08-165 (Jimurenraku 2)
DUE 010797
POC Point of Contact - NTT America, Inc., Head Office,  212/661-0810
  also NTT America, Inc., Pacific and Western Division, 415/940-6565:
  Contracting Office   Operator Service Department, Nippon Telegraph
  and Telephone Corporation, Attn: Mr. Noda  +81-3-5359-3346
DESC:   This announcement(RFC) is to request provision of general
  reference materials from potential suppliers prior to a procurement
  announcement. This is not a Request for Proposal. This announcement
  does not necessarily promise that a procurement announcement
  will follow. No payment will be made for the information submitted.
   The Outline of system is as follows: (1)Name:Communications
  recorder / player  (2)Quantity:approx. 200 units  (3)Deadline
  for RFC:5:00 pm, January 7, 1997(Mail must arrive no later
  than the above date.),  (4)Addresses to send information for
  RFC:Operator Service Department, Nippon Telegraph and Telephone
  Corporation, 19-2 Nishi-Shinjuku 3-chome, Shinjuku-ku, Tokyo
  163-19 Japan, Attn: Mr. Noda, Telephone: +81-3-5359-3346 or
  NTT America, Inc., Head Office, 101 Park Avenue, 41st Floor
  New York, NY 10178, also NTT America, Inc., Pacific and Western
  Division 700 E. El Camino Real, suite 200 Mountain View, CA
  94040, U.S.A. (5)Language:Japanese or English
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-351 SN012256)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories--Potential Sources Sought
OFFADD: USDI, Bureau of Reclamation, Attention:  UC-445, 125
  South State Street, Room 6107, Salt Lake City, Utah, 84138-1102.
SUBJECT: 60--FIBER OPTIC WIRING FOR LOCAL AREA NETWORK (LAN)
  - COLUMBIA BASIN JOB CORPS CENTER
SOL 1425-97-SQ-40-00001
DUE 011697
POC Contact Karen Johnson, Purchasing Agent, (801) 524-3675,
  or Richard J. Low, Contracting Officer, (801) 524-3693
DESC: Installation of fiber optic wiring for a Local Area Network
  (LAN) for the Columbia Basin Job Corps Center located at 6739
  24th street, Building 2402, Moses Lake WA 98837.  This site
  will be installing 16 workstations, 3 server drops, 6 printer
  drops, and 4 INTERNET access drops with the possibility of
  an additional 18 workstations drops.  In order to keep consistency
  with the 120 Job Corps sites across the nation all wiring components
  utilized will be category five and manufactured by the Siemons
  Company.  It is anticipated the award will take place 15 days
  from issuance of the "Request for Quotes", which will be issued
  15 days after this CBD has been printed. All interested parties
  should contact Karen Johnson at (801)524-3675 or fax your request
  (Attention UC-445) to (801)524-3029 to be added to the vendor
  mailing list.
CITE: (I-351 SN012285)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories--Potential Sources Sought
OFFADD: USDI, Bureau of Reclamation, Attention:  UC-445, 125
  South State Street, Room 6107, Salt Lake City, Utah, 84138-1102.
SUBJECT: 60--FIBER OPTIC WIRING FOR LOCAL AREA NETWORK (LAN)
  - FORT SIMCOE JOB CORPS CENTER
SOL 1425-97-SQ-40-00002
DUE 011697
POC Contact Karen Johnson, Purchasing Agent, (801) 524-3675,
  or Richard J. Low, Contracting Officer, (801) 524-3693
DESC: Installation of fiber optic wiring for a Local Area Network
  (LAN) for the Fort Simcoe Job Corps Center located at 40 Abella
  Lane, White Swan, WA 98952. This site will be installing 16
  workstations, 3 server drops, and 9 printer drops, with the
  possibility of an additional 18 worstation drops.  In order
  to keep consistency with the 120 Job Corps sites across the
  nation all wiring components utilized will be category five
  and manufactured by the Siemons Company.  It is anticipated
  the award will take place 15 days from issuance of the Request
  for Quotes, which will be issued 15 days after this CBD has
  been printed. All interested parties should contact Karen Johnson
  at (801)524-3675 or fax your request (Attention UC-445) to
  (801)524-3029 to be added to the vendor mailing list.
CITE: (I-351 SN012286)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Kanto Teishin Hospital, Nippon Telegraph and Telephone
  Corporation, Attn: Mr. Mihira, +81-3-3448-6671
SUBJECT: 65--WHOLE BODY MAGNETIC RESONANCE IMAGING SYSTEM
SOL KANPO 08-164(Kan Tei 08-01)
DUE 020797
POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810
  also NTT America, Inc., Pacific and Western Division, 415/940-6565:
  Contracting Office   Kanto Teishin Hospital, Nippon Telegraph
  and Telephone Corporation, Attn: Mr. Mihira,   +81-3-3448-6671
DESC: Products outline; High resolution MRI imager provides to
  observe the details of human anatomy and function.  Quantity;
  one set.  Delivery date; March 31, 1997.  Delivery site; Kanto
  Teishin Hospital.  Type of tender; Open.  THIS NOTICE IS FOR
  INFORMATION ONLY.  TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL
  INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION
  FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding
  sales tax. Please check sales/use tax at your nearest local
  office.) at NTT America, Inc.NTT only accepts proposals that
  follow the direction of  TENDER DOCUMENTATION, which includes
  APPLICATION FORMS.The language used for application shall be
  Japanese or English.
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-351 SN012257)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, BLDG. 37,
  Hines, IL 60141
SUBJECT: 65--CT SCANNERS AND MAGNETIC RESONANCE IMAGING SYSTEMS
  (MRI)
SOL M6-Q4-97
DUE 021297
POC Ricky L. Lemmon, 708-786-5233
DESC: CT Scanners and Magnetic Resonance Imaging (MRI) Systems
  for delivery and installation to one or more VA and/or other
  Government Agency Hospital(s) or Medical Center(s). Upgrade
  of CT and MRI Scanners and replacement x-ray tubes for CT Scanners
  including installation (calibration and alignment) to various
  VA and OGA Medical Centers. Issue date on or about January
  13, 1997 with offers due 30 days later. Request for copies
  of the solicitation must be received in writing. See Note 12.
  See Note(s): 12.
CITE: (I-351 SN012304)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center (90C), University & Woodland Aves,
  Philadelphia, PA 19104
SUBJECT: 65--MEDICAL RECORD PERPETUALIZATION
SOL IFB-642-8-97
DUE 012897
POC Contracting Officer, Greta Turner, (215-823-5174)
DESC: The contractor will purge four years of inactive records
  from the shelves in the VA Medical Center file room. The records
  will be box in terminal digit order, inventoried, labeled and
  shipped in accordance to VA Regulations. This will be a one-time
  procurement only of perpetualization of inactive medical records.
  Solicitation package will be available by 12/20/96. All request
  must be submitted in writing. See Note(s): 1.
CITE: (I-351 SN012308)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center, Acquisition & Materiel Management
  Service, (90G), PO Box 5003., Bay Pines, FL. 33744
SUBJECT: 65--FIELD ANALYZER AND AUTO REFRACTOR/KERATOMETER
SOL 516-039-97
DUE 013097
POC Contracting Officer, Kathy A. Michael,(813) 398-9328
DESC: Provide and install a Humphrey Field Analyzer II Model
  750 or equal and a Humphrey Auto Refractor/Keratometer Model
  599 or equal. The Humphrey Field Analyzer II Model 750 or equal
  will have SWAP testing (blue on yellow). The Humphrey Auto
  Refractor/Keratometer Model 599 or equal will perform both
  refractometry and keratometric measurements. Will allow both
  objective and subjective testing, have low contract, glare
  sensitivity, red/green chart, Jackson cross-cylinder and sphere
  fogging. Solicitation will be available on or about December
  31, 1996 and must be requested in writing.
CITE: (I-351 SN012432)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- PREVENTIVE AND REMEDIAL MAINTENANCE FOR X-RAY
  SYSTEMS
SOL DAAH01-
POC Contact Cynthia Jones, Contract Specialist, (205) 876-7471,
  Bob Gibson, Contracting Officer, (205) 876-4153. (PCF).
DESC: This requirement is for FY97 Preventive and Remedial Maintenance
  of 1 each Seifert X-Ray System Mdl ISPVOLT RP93-3 and 1 each
  EG&G Pantak MK II Series X-Ray System. This requirement is
  sole source to Automatic Control Solutions, 4919 McPherson
  Drive, Roswell, GA 30075. Automatic Control Solutions is the
  only known contractor with the knowledge and experience with
  both systems required for providing the requested services.
CITE: (I-348 SN012130)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 66 -- SPACER, OPTICAL, ELEMENT
SOL DAAJ09-97-Q-0343
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 6650-01-174-0928; P/N: 13075083; QTY: 108 Each, applicable
  to the TADS/PNVS Program. FOB Destination with delivery of
  108 each to Orlando, FL by 98 Feb 26. This a a full and open
  competitive requirement. This proposed contract action is for
  supplies for which the Government does own specifications and
  drawings. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  which will permit their participation in the current and future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency.
CITE: (I-348 SN012144)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 66 -- WINDOW, OPTICAL INSTRUMENT
SOL DAAJ09-97-Q-0377
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012.
DESC: NSN: 6650-01-171-6914; P/N: 13079034; QTY: 9 Each, applicable
  to the TADS/PNVS Program. FOB Destination with delivery of
  9 each by 240 days ARO to Orlando, FL. This is a full and open
  competitive requirement. This proposed contract action is for
  supplies for which the Government does own specifications and
  drawings. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  which will permit their participation in the current and future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency.
CITE: (I-348 SN012145)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- ONE MONOCHROMATER & ONE (UV) VISIBLE/IR SOURCES
  AND ACCESSORIES
SOL DAAH01-97-R-0077
DUE 012497
POC Contact Change Yi, Contract Specialist, AMSMI-AC-CFFB, (205)
  876-4154, Shirley W. Hill, Contracting Officer, AMSMI-AC-CFFB,
  (205) 842-7436. (PCF).
DESC: This requirement is to acquire one (1) Monochromater and
  One UV/Visible/IR Sources and Accessories. This action is sole
  source to Optronic Laboratories, 4470 35th Street, Orlando,
  FL 32811 in order to maintain compatibility and interchangeability
  with existing laboratory standards and equipment. See Note
  22.
CITE: (I-348 SN012152)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 66--WINDOW, TURRET
SOL F09603-97-Q-60543
DUE 020397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Beverly Hemphill/Luka/[912]926-7254
DESC: Item 0001 NSN 6650-01-299-8636SO P/N: 794247-1, 10EA. Applicable
   to: Mc130e/Mh53j. Destn: Robins Air Force Base Ga 31098-1611.
  Delivery: 30 APR 98 10 ea FAX NUMBER 912-926-7572 The approximate
  issue/response date will be 03 Jan 97. The anticipated award
  date will be 14 FEB 97. Written procedure will be used for
  this solicitation. To: Texas Instruments Inc, Mckinney Tx 75070-0801.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government.
CITE: (I-349 SN012172)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--METER ASSEMBLY, ELECTRICAL
SOL SP0920-97-Q-A094
DUE 010997
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96331000407 NSN 6625-01-300-1655, Meter assembly,
   electrical CAGE 99193 Part No 3862315-3 no drawings are available.
   Meter  quantity:  2.  19 -EA Del to Mechanicsburg PA 17055-0789
  Del by 23 Jan  97.  Other than full and open competition: 
  part numbered item.   Products offered clause applies.  PR
  quantity:  19 EA destinations:   Mechanicsburg, PA 17055-0789
  delivery schedule:  19 within 90 days  set-aside type:  unrestricted
  (sole source/single source) (no preference)  size standard:
   500 all responsible sources may submit offer which DESC  shall
  consider.
CITE: (I-350 SN012196)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66--SPECTRUM ANALYZER
SOL N0038397Y6503
DUE 020397
POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall,
  0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-6625-01-267-1631-GF, Ref Nr (06141) 1253, Qty 11 EA,
  Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22
CITE: (I-351 SN012271)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Bureau of Reclamation, Acquisition Operations Group,
  Code D-7810, , Den Fed Cntr, PO Box 25007, Denver CO 80225
SUBJECT: 66--MULTI-AMP PULSAR VOLTAGE AMPLIFIER MODULE, A TEST
  SYSTEM
SOL 1425-96-SP-81-92012
POC Contact Ann C. Capron, Purchasing Agent, (303) 236-8040 ext.
  233
DESC: Presolicitation Notice -- The proposed acquisition will
  provide a a Multi- Amp Pulsar Voltage Amplifier Module, P/N
  15073 and three Multi-Amp Pulsar Current Amplifier Modules,
  P/N 16942.  This is a specific brand name requirement and no
  other make and model substitutions are acceptable. Delivery
  requirements are within 30 days of award date.  Concerns having
  the ability to furnish the item described herein are requested
  to give written notification and pricing data, by faxogram
  (303) 236-8630 or mail within 15 days of publication of this
  notice (including telephone number for a point of contact),
  to the acquisition office above.  The following Federal Acquisition
  Regulations apply: 52.212-1 Instructions to offerors-Commercial,
  52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations
  and Certifications-Commercial Items, 52.212-4 Contract Terms
  and Conditions- Commercial Items, 52.212-5 Contract Terms and
  Conditions required to implement statutes or executive orders-Commercial
  Items.  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.
LINKURL: http://www.usbr.gov/aamsden
LINKDESC: 
EMAILADD: acsmith@do.usbr.com
EMAILDESC: 
CITE: (I-351 SN012284)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: 66--SIGNAL GENERATOR
SOL DAAH01-97-B-0004
DUE 022197
POC (PCF) Chang Yi, Contract Specialist, AMSMI-AC-CFFB, (205)
  876-4154, Shirley W. Hill, Contracting Officer, AMSMI-AC-CFFB,
  (205) 842-7436.
DESC: Step I Solicitation DAAH01-96-R-0095 for a Signal Generator
  has been completed. The following contractors submitted technically
  acceptable bid samples and are eligible to participate in the
  second step of the Two-Step Sealed Bid procedures: Hewlett
  Packard Company, Southern Sales Region, P.O. Box 7700, Huntsville,
  AL 35807, Marconi Instruments, Inc., 2301 Horizon Drive, Fort
  Worth, TX 76177, Tektronix/Rhode & Schwarz, 4970 Corporate
  Drive, NW, Huntsville, AL 35805, and Wayne Kerr Inc., 11 Sixth
  Road, Woburn, MA 01801-1744. This notice is published for subcontracting
  opportunities only.
CITE: (I-351 SN012303)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 66--PRISM, OPTICAL INSTR
SOL DAAJ09-97-R-0203
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 6650-01-184-9238; P/N: 13079150; QTY: 31 Each; the
  purpose of this modification is to change the solicitation
  number from DAAJ09-97-Q-0335 to DAAJ09-97-R-0203. All other
  information remains unchanged.
CITE: (I-351 SN012306)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC Box 8018,
  Cherry Point, NC 28533-0018
SUBJECT: 66--PRESSURE STANDARD CONTROLLER, PNEUTRONIC
SOL N00146-97-Q-T106
DUE 010697
POC Velma Kelly, (919) 466-7726.
DESC: Pressure Standard Controller, Pneutronic, NSN 9G, Qty:
  00000001, EA, Deliver to: Nadep Receiving Officer, CHERRY POINT,
  NC, 030 days after date of order; No telephone requests. Only
  written or faxed requests received directly from requester
  are acceptable. FAX (919) 464-8492; See Notes 001. All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered by this agency.
CITE: (M-351 SN012354)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG
  T 20, 6825 16TH STREET NW, WASHINGTON DC 20307-5000
SUBJECT: 66--BAR CODE LABELS
SOL DADA15-97-R-0018
DUE 012897
POC POC Brenda Niler, Contract Specialist (202)782-1163, Contracting
  Officer Earl E. Muse (Site Code DADA15)
DESC: Walter Reed Army Medical Center intends to solicit offers
  for the purchase of Bar Code Labels, Computype or equal. These
  labels shall be used to identify the specimens and aliquots
  throughout the testing process at the Forensic Toxicology Drug
  Testin Laboratory. All essential characteristics will be outlined
  in the solicitation. Period of performance is for a base period
  plus two (2) option periods. All responsible sources may submit
  an offer which shall be considered. Requests for solicitation
  must b submitted in writing or faxed (202)782-8247. Telephone
  requests will not be honored. Please provide business size,
  federal tax ID number, CEC and cage code with your request.
  The proposed contract is 100% set aside for small business
  concerns. See numbered note 1.
CITE: (I-351 SN012389)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 66--DIODE MATRIX TEST SET
SOL F41608-97-R-29542
DUE 012797
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Willis, F./ldkab/[210]925-6380
DESC: Item 0001 NSN 6625-01-159-7832 P/N: 75A56000-001,  CERCIAL,PECULIAR,
  OFF SHELF ITEM EXEMPT GFM/ISSP SCREENING,NCRT,NCMPAPPLICATI
  B-1B BOMBER AIRCRAFTSIZE/DIMENSIONS: 24 " X 20.3" X 20.5"SPECIFICATIONS:T.O
  # 33D7-13-97-1&4PREDOMINANT MATERIAL OF MANUFACTURE ELECTRONIC
  COMPONEN,COPPER, ALUMINUMFORM,FIT & FUNCTION: MICROPROCESSORCONTROLLED
  TEST SET FOR TESTING THE CHAFF FLARE DIODE MATRIX DISPENSERS
  9EA. Applicable to: B-1b Aircraft. Destn: Kelly Afb, Texas
  78241-5947. Delivery: 01 SEP 97 9 ea GOVERNMENT OWNED SPECS
  AND DRAWING ARE NOT AVAILABLE The approximate issue/response
  date will be 26 Dec 96. To: Applied Data Technology Inc, San
  Diego Ca 92121 0000. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C
  . 2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 22,26.
CITE: (I-351 SN012419)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #  7, Bldg 171, Kelly Afb, Texas 78241-6426
SUBJECT: 66--LAP ASSY
SOL FD2050-97-16071
DUE 012797
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Meza, B./ldktl/[210]925-0190
DESC: Item 0001 NSN 6615-00-132-9000LH  P/N: 93320-101, SIZE/DIMENSIONS:
  APPROX 2" LONG AND 1/2" DIAMETER. FUNCTION: PREVENTS SHAFT
  FROM ROTATING IN SERVO ACTUATOR. PREDOMINANT MATERIAL: STAINLESS
  STEEL. ITEM 0002 - DATA 1 LOT 6ea. Applicable to: C-5 Aircraft.
  Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 JUN 97 6 ea
  GOVERNMENT FURNISHED DRAWINGS AND SPECIFICATIONS ARE NOT AVAILABLE.
  NO BID SETS AVAILABLE. The approximate issue/response date
  will be 26 Dec 96. The anticipated award date will be 30 APR
  97. Written procedure will be used for this solicitation. To:
  Parker-Hannifin Corp, Irvine Ca 92718-1814. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
   10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22 AND 26.
CITE: (I-351 SN012421)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66--HEIGHT METER
SOL DAAH01-97-R-A058
DUE 012497
POC AMSMI-AC-CDBA, Margaret King Contracting Officer, 205-842-7553.
DESC: Synopsis No. 5403-96 (MA) NSN 6625-00-421-4051, Army P/N
  10670331. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 100, known quantity of 153,
  and a maximum quantity of 300. Destinations to be furnished.
  Delivery schedule 200 days after contract award. Offerors must
  be approved and qualified. This proposed contract action is
  for supplies or services for which the Government intends to
  solicit and negotiate with only one, or a limited number of
  sources. Suggest that small business firms or others interested
  in subcontracting opportunties in connection with this procurement,
  make contact with the firm(s) listed. The Government does not
  possess sufficient documentation to acquire this item from
  other than the qualified source. RFP will be issued to A &
  M Instrument Inc., 5 Nassau Street, Rockville Centre, NY 11571.
  All responsible sources may submit a bid, proposal, or quotation
  which shall be considered by this agency. Request solicitation
  package from address above, ATTN: AMSMI-AC-MOD, FAX # 205-876-9633.
  The most recent representative unit price and quantity relative
  to this acquisition is NSN 6625-00-421-4051, Awd Date 03 Jan
  96, Qty 145, Unit Price $1,129.28. The Government provides
  this price history without assuming the responsibility for
  any resulting conclusions or interpretations that may be made.
  The price history is provided for informational purposes only
  and should not be relied upon as a basis for offer/bid. Drawings,
  specifications or other technical data are not available and
  will not be furnished. See Numbered Note(s): 22.
CITE: (I-351 SN012486)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66--RECORDER SUBASSEMBLY
SOL DAAH01-97-T-0152
DUE 012497
POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX
  205-955-7737.
DESC: Synopsis No. 5400-96 (MA) This is a Combined Synopsis/Solicitation,
  Pron D1701364; Noun: Recorder Subassembly; NSN 6625-01-373-6190,
  Army P/N 11469031, 9 each. Inspection/Acceptance Pts: Source;
  Inspection Requirements: MIL-Q-9858A, Bar Coding Required.
  Fob Point: Destination. Destination: XU Transportation Officer,
  Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001.
  Packaging: C/C IAW MIL-STD-2073, Supplemented by MIL-P-116J.
  Delivery schedule 200 days, or best possible delivery requested.
  Offerors must be approved and qualified. The Government intends
  to solicit and negotiate with only one, or a limited number
  of sources. Suggest that small business firms or others interested
  in subcontracting opportunities in connection with this procurement,
  make contact with the firm(s) listed. The Government does not
  possess adequate documentation to acquire from other than the
  approved source. Restricted source is Raytheon Company, Missile
  Systems Division, Andover Plant, 350 Lowell Street, West Andover,
  MA 01810. All responsible sources may submit a quotation which
  shall be considered by this agency. Inquiries may be sent to
  address above. The most recent representative unit price and
  quantity relative to this acquisition is NSN 6625-01-373-6190,
  Awd Date 27 Sep 95, Qty 37, Unit Price $6,917. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications, or other technical data
  are not available and will not be furnished. Potential offerors
  are encouraged to pursue qualification for future buys in accordance
  with Micom Pamphlet 702-1 available through internet. Sic Code
  3679, Number of employees 1,000., quotes should be submitted
  to commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280, Attn: AMSMI-AC-CDCB, Jerri
  Vickers, (Reference DAAH01-97-T-0152, Pron D1701364. See Numbered
  Note(s): 22.
CITE: (I-351 SN012488)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: 168 LS/LGC, 3127 Wabash Avenue, Ste 101, Eielson AFB,
  Alaska 99702-1794
SUBJECT: 67 - DIGITAL CAMERA SYSTEM
SOL DAHA51-97-T-2141
DUE 123196
POC Connie Lamprecht, Contracting Officer, (907) 377-2917
DESC: Purchase two (2) digital camera systems.  At least a 16MB
  memory, 20.5mm x 16.4mm CCD, 1024 x 1280 pixel resolution and
  36 bit dynamic range.  Uses Nikon camera lenses as well as
  PCMCIA-ATA type 3 storage media; has a frame rate of 2.25 FPS
  (12 frame burst), a voice recorder and ASA ranges to 1600.
   Requests for Quotation (RFQ) will be issued on or about 31
  Dec 96 and receipt of quotation is required by 17 Jan 97. 
  No telephone requests will be accepted - only written or telefaxed
  requests received directly from the requester are acceptable.
   Facsimile number is (907) 377-2919.  The Government reserves
  the right to cancel this solicitation, either before or after
  the closing date, with no obligation to the offeror by the
  Government.
EMAIL clamprecht@AKEIL.ANG.AF.MIL
EMAILDESC: 
  e-mail.
CITE: (W-348 SN012124)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 70--HARDWARE & MAINTANCE
SOL W80Q8H-6327-0015
DUE 122796
POC (PCF)Julie Davis, Contract Specialist, (205)842-6042; Kathy
  B. Ray, Contracting Officer, AMSMI-AC-CFEA, (205)842-7441.
DESC: It is the Government's intent to acquire on a sole source
  basis from Intergraph Corporation hardware and the associated
  maintenance. The following items are required: Interserve Web-630,
  200Mhz, 64MB, 4GB, 20200/256,RAID,PN: FDPS281 and 1 year maintenance,
  4GB 1.6"Internal Disk for Interraid-8, PN: FDSK476 and 5 year
  maintenance; PCI FDDI Single Attached Station for TD-XX, TD7,
  ISMP22/3216, PN: FINF85400-OB and 2 year maintenance; 256MB
  memory upgrade for ISMP 630/640, PN: FMEM155 and 4 year maintenance;
  and 15" monitor, PN: FOPT099 and 1 year maintenance. FOB DESTINATION.
  POC for inquiries generated by this synopsis is Julie Davis,
  ATTN: AMSMI-AC-CFEA, address above. The Government will request
  an oral quotation. The anticipated award date is on or about
  January 13, 1997. All responsible sources may submit a quotation
  which, if timely received, shall be considered by the agency.
  All request must be in writing.
CITE: (I-351 SN012307)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  NJ 07703-5008
SUBJECT: 70--DISK DRIVE UNIT
SOL DAAB07-97-Q-F519
DUE 010797
POC Teri Riley, Contract Specialist, (908) 532-4809, AMSEL-ACCB-A-BD,
    Kenneth Tedeschi, Contracting Officer
DESC: The U.S. Army CECOM proposes to procure on a sole source
  basis from   Telos Corporation, Herndon, VA, fourteen (14)
  each, NSN:  7025-01-372-6640,   Disk Drive Unit; fourteen (14)
  each NSN:  7025-01-373-2824, Disk Drive Unit;   five (5) each
  NSN:  5995-01-383-6553, Cable Assembly, Power; five (5) each
    NSN:  5995-01-383-7258, Cable Assembly, Electrical.  The
  items are part of   the AN/UYK-100.  Delivery will be to New
  Cumberland Army Depot, Sharpe Army   Depot, and Red River Army
  Depot.  The Government physically does not have in   its possession
  sufficient, accurate or legible data to purchase these items
    from other than the current source.  However, all responsible
  sources may   submit a proposal which shall be considered by
  the agency.  Only written   requests from this solicitation
  will be accepted.  See Note 22.
EMAILADD: defazioj@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-351 SN012376)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of the Treasury, Comptroller of the Currency,
  Administrator of National Banks, 250 E Street, SW, Washington,
  DC 20219
SUBJECT: 70--CUSTOM COURSEWARE LIBRARY
SOL N/A
POC Mark Eckl, (202)874-5040
DESC: The Office of the Comptroller of the Currency (OCC), intends
  to purchase on a sole source basis Catapult's PBT Custom Courseware
  Library and Interactive Assesment Tool utilizing the simplified
  acquisition process.  The products will enable the OCC to provide
  immediate customized training by utilizing the 180-title library
  for learning existing and forthcoming software applications.
   The products purchased must be compatible with existing Catapult
  titles previously purchased by the OCC.  This notice is not
  a request for proposals and a Request for Quotations is not
  available.  Any company responding to this notice must provide
  clear and convincing evidence that the products they offer
  meet the OCC's requirements and are compatible with existing
  Catapult titles within 15 calendar days of publication of this
  synopsis. 
CITE: (W-351 SN012378)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: MITRE Corporation, ATTN: Property Office, 1820 Dolley
  Madisen Blvd., McLean, VA 22102
SUBJECT: 70--SEALED BID OF MISCELLANEOUS ADP AND NON-ADP EQUIPMENT
SOL 97-001
POC Mr. Matt Werner, Property Adminstration Coordinator, MITRE
  Corporation, McLean, VA., tele: (703)883-7899.
DESC: Federal Government Property, Sealed Bid Sale of miscellaneous
  ADP and non-ADP equipment. ADPE includes CPU's, monitors, printers,
  disk drives, etc. Non-ADPE includes typewriters, vu-graphs,
  taperecorders, calculators, projectors, several steel tables,
  etc. These items consist of one lot and will not be sold separately.
  Total acquisition cost is $1,996,807.12. Sealed Bid Sale Number
  is 97-001. Approximately 60% requires major repairs, the remaining
  40% requires up to 15% of repair. All items are sold on an
  "as-is", "where-is" basis and all sales are final. Equipment
  must be moved within 10 business days of final sale. Inspection
  period from January 14 thru 16, 1997 by appointment only. Bids
  must be submitted no later than Jan 22, 1997 at 3:00 P.M. EST.
CITE: (I-351 SN012451)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: 70 -- NETWORK HARDWARE
POC See Text
DESC: The National Oceanic and Atmospheric Administration (NOAA)
  is conducting market research to determine the types of commercially
  available network hardware that can be used to build a flexible
  high-performance network for NOAA's use in a new building.
   The results of the marketing research will be used by NOAA
  to determine if commercial hardware exists to meet agency requirements,
  and to determine how to modify agency requirements to best
  match the capabilities of available commercial network hardware.
   A new research laboratory and office building is under construction
  in Boulder, Colorado.  This facility will be over 300,000 square
  feet, and will house about 1100 researchers and their support
  staff.  Current construction schedules call for the network
  to be brought on line during late summer 1998.  To properly
  support the world-class environmental research that NOAA undertakes,
  a world-class network is required.  The cable plant that will
  be installed has been designed by NOAA staff and  will consist
  of a single/multi-mode fiber optic backbone with both multi-mode
  fiber and Category 5 copper to the desktop.  NOAA is seeking
  design ideas from high-performance network hardware manufacturers
  on how best to utilize the installed cable plant to create
  a state-of-the-art network with robust and redundant components
  such that down time will not occur.  The network backbone will
  be based on network protocols compatible with the Internet
  Protocol (IP) Suite, must have greater than 150 Mbit/sec bandwidth
  with growth capabilities, must be capable of carrying video
  over IP, and must be capable of supporting IP multicasts. 
  The network must preserve the autonomy of the various research
  laboratories that will occupy the building.  Multiple external
  wide-area network connections will be required, including a
  multi-megabit Internet connection. Details of the cable plant,
  the new building, and the network requirements will be provided
  to representatives of interested network hardware manufacturers
  at a briefing to be held in Boulder, Colorado on Thursday,
  January 23rd at 10 A.M. MST.  Within a month after the above
  briefing, interested parties may schedule a time and date with
  NOAA in which they will be expected to make a one-hour oral
  presentation, at their own expense, on design ideas and commercially
  available network hardware and installation services.  This
  presentation should also include a rough cost estimates for
  the hardware, installation services, and annual hardware maintenance
  costs.  Briefing materials may be submitted to NOAA in advance
  so that it can be reviewed prior to the presentation.  Please
  contact Britt Bassett, the NOAA-Boulder Network Manager, via
  email at britt@erl.noaa.gov for reservations to attend this
  briefing, for details on where it will be held and for an address
  to send any briefing materials.
CITE: (I-348 SN012118)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: National Science Foundation, Division of Contracts, Policy
  and Oversight, Contracts Branch, 4201 Wilson Boulevard, Suite
  475, Arlington, VA  22230
SUBJECT: 70--AUTOMATED PROCUREMENT SYSTEM SOFTWARE
POC Philip M. King, (703)306-1246
DESC: Pursuant to FAR 10.001, the National Science Foundation
  (NSF) is conducting market research to obtain information on
  procurement automation software that will integrate and automate
  procurement processes such as (1) initiating and routing requisitions;
  (2) soliciting quotes and offers; (3) preparing solicitations,
  contracts, and other procurement documents; (4) reporting management
  information and statistical data; (5) tracking processing status;
  (6) interfacing with and recording financial commitments and
  obligations in the NSF Financial Accounting System; (7) recording
  receiving information; and (8) performing the FACNET functions
  described in FAR 4.504(a).  NSF is interested in software that
  is available in Apple Macintosh System 7.xx, Windows 3.xx,
  and Windows 95 versions; compatible with Sybase SQLServer;
  compliant with Microsoft LanManager; designed for open connectivity
  with other languages or tools (e.g., C, C++, etc.); and available
  with a data import/export facility.  Interested parties may
  submit product literature and relevant information (including
  catalog pricing, if available) describing the product's functional
  and technical capabilities in sufficient detail so as to facilitate
  an informed decisions by NSF officials regarding future procurements
  for similar products.  Specifically, responses should address
  each of the functions and capabilities described above.  Responses
  may be submitted to the above address within 30 days of publication
  of this notice.  This is a request for information, and not
  a solicitation of quotes or offers.  No award will be made
  based on this notice. 
EMAIL pking@nsf.gov
EMAILDESC: 
  e-mail.
CITE: (W-351 SN012336)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: Fleet and Industrial Supply Center, Norfolk Washington
  Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington
  Navy Yard, Washington, DC 203
SUBJECT: 72--BLANKETS AND SHEETS FOR COTS AT DAY CARE CENTER
SOL N00600-97-R-0484
DUE 123196
POC For copies of solicitation, make your request to FISC NORF
  DET WASH Customer Services Center by fax at (202) 433-9569,
  by voice at 433-2920 or by electronic mail at CBD_RESPONSE_at_NRCC_DC@MCHFMCCM.NAVY.MIL
  or contact Samuel Jones, Code 201.2J at 433-4291 or Barbara
  Morden, Code 201.2 at 433-2895.
DESC:  The Fleet and Industrial Supply Center (FISC) Norfolk,
  Detachment Washington, intends to procure under a Small business
  Set-Aside, on a competitive basis and  using the procedures
  in FAR Part 12, cot blankets, cot sheets and toddler size for
  cots.  This requirement is in support of the Bureau of Naval
  Personnel (PERS-651) for blankets and sheets for day care centers.
   The cot blankets, quantity of approximately 3,150 each with
  the following salient characteristics:  Dimensions 54 in. X
  36 in., 100% woven polyester, Blue in color.  The cot sheets,
  quantity of approximately 7,310 each with the following salient
  characteristics:  Standard size sheets for use with cots (to
  fit cot size 52 in. X 22 in.), 50% polyester/50% cotton, Elastic
  loops to keet sheet in place, Color fast in hot water and bleach
  washing, White in color.  The toddler size sheets for cots,
  quantity of approximately 1,371 each with the following salient
  characteristics:  toddler size sheets or cots (to fit cot size
  40 in. X 22 in.), 50% polyester/50% cotton, Elastic loops to
  keep sheet in place, color fast in hot water and bleach washing,
  White in color.  Request FOB destination to approximately 90
  CONUS sites and to Point of Embarkation (POE) I.A.W. MILSTAMP
  for approximately 32 OUTSIDE CONUS locations.  Varying quantities
  required at each site.  All responsible sources may submit
  an offer which will be considered.  The Standard Industrial
  Code (SIC) is 2211.  See solicitation for exact date.  Proposal
  date is estimate only.  Requests for solicitation must be in
  writing to the address contained herein.  
CITE: (W-351 SN012280)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000
SUBJECT: 72--WINDOW SHADES
SOL DABT23-97-B-0026
DUE 012897
POC Contract Specialist Paul Avery (502) 624-8069 (Site Code
  DABT23)
DESC: Requirements Type Contract for Window Shades for delivery
  to Fort Knox, Kentucky during the period 1 March 1997 through
  28 February 1998. Estimated annual quantities are 5270 vinyl
  roller window shades, 5 different sizes. All responsible sources
  may ubmit an offer which will be considered. You may FAX your
  request to 502/624-5869. No telephone requests for copies of
  solicitation will be accepted.
CITE: (I-351 SN012392)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Administrative Support Center East, Office of Contracting,
  Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA
  17070-5001
SUBJECT: 81--FIBERGLASS TOTE PANS
SOL SB3100-6344-3001
DUE 011797
POC Mona J. Maitland, Contract Specialist, 717-770-5811 or R.
  C. Souto, Contracting Officer, 717-770-6206
DESC:  The Defense Depot Susquehanna Pennsylvania located in
  New Cumberland, PA has a requirement for the procurement of
  4200 each, Pans, Fiberglass,(Lewisystem Stack and Nest, Part
  Number SN2716-11, (brand Name or Equal), size (I.D.) 27L x
  16W x 11D, color-gray.  One piece molded fiberglass, round
  corners with tapered sides.    Top rim is reinforced with embedded
  wire for additional strength.  Fiberglass must withstand temperature
  extremes of -40 degrees F to 240 degrees F.  Max. load per
  container is 500 lbs.  When stacked, bottom container will
  support up to 3000 lbs.  The associated standard industrial
  code is 3089.  The Government request samples (two (2) each)
  if any brands other than Lewisystem Stack & Nest Pans are quoted
  be sent to Mr. Vic Montefour, Administrative Support Center
  East, ASCE-WE, Bldg 1-2, New Cumberland, PA 17070-5001 to be
  received NLT January 10, 1997.  The samples shall be provided
  to the government at no cost.  These samples will become property
  of the government and will not be returned to the Contractor.
   The Government's total requirement of 4200 each must be quoted
  FOB destination to Defense Distribution Region East, Bldg 1,
  Bay 4, DDRE-WS, Base Supply Receiving, New Cumberland, PA 17070-5001.
   This request for quotation and the resultant contract award
  are being processed in accordance with Simplified Acquisition
  Procedures.  A written request for quotation will not be issued.
   All responsible business concerns may submit a quotation for
  the above which if received by 4:00PM ET on January 17, 1997,
  shall be considered.  Written quotation will be accepted by
  mailing to Office of Contracting, ASCE-PPC, Attn:  Mona J.
  Maitland, Bldg 2001, New Cumberland, PA 17070-5001, or fax
  to 717-770-5689.     
EMAIL m_maitland@smtp.ddre.dla.mil
EMAILDESC: 
CITE: (W-351 SN012281)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--TOWEL BLANKS
SOL 1PI-B-1944-97
DUE 013197
POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969
DESC: Solicitation previously published 120696 is hereby modified
  to
CITE: (I-351 SN012397)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--INSIGNIA, GRADE, SENIOR, AIRMAN, AF
SOL SP0100-97-Q-4036
DUE 121696
POC Contact:  DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294
DESC: PR-NO:  YPT96281000004 NSN 8455-01-434-5720, 31,000 -PR
  Del to  Mechanicsburg PA 17055-0789 Del by 12 Jul 97.  See
  NOTES 1, 9, item  description:  insignia, grade, senior airman,
  AF quantity:  31,000  unit of issue:  PR production leadtime:
   165 days No. of deliveries:  4  to be awarded using simplified
  acquisition procedures if under $100,000.   FAX number to request
  copy of RFQ is 215-737-8143.  All responsible  sources may
  submit offer which DPSC shall consider.
CITE: (I-349 SN012170)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--INSIGNIA, GRADE, STAFF SERGEANT, AF
SOL SP0100-97-Q-4064
DUE 121696
POC Contact:  DPSC-FOTM-2 buyerloretta Cicirello 215/737-3294
DESC: PR-NO:  YPT96281000005 NSN 8455-01-434-5725, 30,000 -PR
  Del to  Mechanicsburg PA 17055-0789 Del by 12 Jul 97.  See
  NOTES 1, 9, item  description:  insignia, grade, staff SGT,
  AF quantity:  30,000 unit  of issue:  PR production leadtime:
   165 days No. of deliveries:  4 FAX  number to request copy
  of RFQ is 215-737-8143 all responsible sources may  submit
  offer which DPSC shall consider.
CITE: (I-349 SN012171)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 84--HELMET,FLYER'S
SOL N0038397QP446
DUE 012397
POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 9D-8475-01-386-3758-LX, IAW Ref Nr 89D7748-3, Qty 440
  EA, Delivery FOB Origin--Drawings are NOT available., See Note
  22
CITE: (I-351 SN012272)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Chief, Acquisition and Materiel Management (90C), VA
  Medical Center, One Veterans Drive, Minneapolis, MN 55417
SUBJECT: 89 -- SUBSISTENCE - MILK AND MILK PRODUCTS
SOL RFP 618-36-97
DUE 020497
POC Carol Murphy, Contracting Officer (612) 725-2190
DESC: Provide Milk and Milk Products on an on-demand, as-needed
  basis for the VA Medical Centers at Minneapolis and St. Cloud,
  Minnesota for the period of March 1, 1997 through February
  28, 1998. Bid documents available on or about January 2, 1997.
  Offers are due February 4, 1997 at 4:30 pm local time. Request
  documents in writing or via fax at 612-725-2072. For information,
  call Carol Murphy at 612-725-2190. SIC 2026 applies.
CITE: (I-348 SN012149)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91 -- SALE OF INDUSTRIAL OIL, STEAM TURBINE IN CA
SOL SP0600-97-R-0051
DUE 010897
POC Contact  P Orange, Contract Specialist, (703) 767-9263/J.
  Walker, Contracting Officer, (703) 767-9264
DESC: This agency will be soliciting offers for the sale of approximately
  8,305 U. S. Gallons of off-spec 2190 TEP (LTL), MIL-L-17331H,
  NSN:  9150-01-372-6915, industrial oil, steam turbine (LTL-2190
  TEP) MIL-L-17331H, bulk, a qualified product, at NAS Alameda,
  CA (500 gl) and DFSP Point Loma, San Diego, CA (7,805 gl).
   Product failed "foam" and "emulsion" tests.  The Government
  is unable to use product because it is outside of our specification;
  however,  product may be of some use to commercial contractors.
   Requests for solicitation may be faxed to (703) 767-8506.
   All responsible sources may submit a proposal which shall
  be considered.
CITE: (I-348 SN012115)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--PREMIUM UNLEADED GASOLINE AND DIESEL FUEL (DF2)
  FOR TURKEY
SOL SP0600-97-R-0111
DUE 021297
POC Contact C. Chamblin, Contract Specialist, (703) 767-9534/L.
  Manley, Contracting Officer, (703) 767-9522
DESC: Gasoline, automotive, premium unleaded (MTP), Turkish Specification
  TUPRAS 240 or commercial equivalent, 2,446,000 U. S. Gallons;
  Diesel fuel, regular grade DF-2 (T54), Turkish Specification
  TUPRAS 410, pour point 20 degrees Fahrenheit maximum, or commercial
  equivalent, 10,350,000 U. S. Gallons.  In-country delivery
  to various U. S. installations within Turkey.  Contract period
  is 01 Jul 97 through 30 Jun 1999 (multi-year).  See Note 12.
   All responsible sources may submit a proposal which shall
  be considered.
CITE: (I-351 SN012338)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99--HORIZ LIN CORR MOD
SOL N00FMS97Y4002
DUE 020397
POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall,
  0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 0R-0000-00-000-0000, Ref Nr (63516) 404800-90, Qty 1 EA
  , Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note
  22
CITE: (I-351 SN012273)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99--RADAR DIGITIZER
SOL N00FMS97Y4016
DUE 020397
POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall,
  0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 0R-0000-00-000-0000, Ref Nr (63516) 405190-907, Qty 1 EA,
  Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22
CITE: (I-351 SN012274)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99--CONTROL MEMORY LAW OF
SOL N00FMS97Y4018
DUE 020397
POC Contact Point, Linda Crews, 0223.08, (215)697-2306, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, K. Hall,
  0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 0R-0000-00-000-0000, Ref Nr (25500) 3327124-001-101, Qty
  1 EA, Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See
  Note 22
CITE: (I-351 SN012275)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: 99--MODIFICATION TO PURCHASE ORDER DTFH61-97-P-00096
  TO CO-SPONSOR WO RKSHOP TO MODIFY AND UPDATE THE 1990 AASHTO
  STRATEGIC HIGHWAY SAFETY PLAN
SOL DTFH61-97-Q-00096
DUE 123096
POC Donna M. McAleer, Contracting Officer, HAM-40G, (202) 366-4270.
DESC: The Federal Highway Administration plans to modify an existing
  order with the National Research Council of the Transportation
  Research Board to co-sponsor a workshop to modify and update
  the 1990 AASHTO Strategic Highway Safety Plan. The workshop
  will be held on January 10-11, 1997. This is a Simplified Acquisition.
CITE: (I-351 SN012433)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- ULTRAVIOLET ACOUSTO-OPTIC TUNABLE FILTER
POC Darlene Walter, Contract Specialist, 301-286-4239.
CNT NAS5-97006
AMT $600,000.00
LINE N/A
DTD 120396
TO Aurora Associates, 3350 Scott Boulevard, Santa Clara, CA 95054
CITE: (I-348 SN012102)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- LITHIUM-ION BATTERIES
POC Janet Langweil, Contract Specialist, 301-286-4212.
CNT NAS5-97008
AMT $600,000.00
LINE N/A
DTD 120396
TO EIC Laboratories Inc., 111 Downey Street, Norwood, MA 02062
CITE: (I-348 SN012103)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- INTERACTIVE SOFTWARE FOR END-TO-END ELECTRO-OPTICAL
  SYSTEM MODELIN G
POC Darlene Walter, Contract Specialist, 301-286-4239.
CNT NAS5-97010
AMT $594,340.00
LINE N/A
DTD 120996
TO Lambda Research Corp., 80 Taylor Street, Littleton, MA 01460
CITE: (I-348 SN012104)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- BRAZING FOR FURNACE COMPONENTS
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97011
AMT $597,134.00
LINE N/A
DTD 120996
TO Materials Resources Inc., 1162 Horseshoe Drive, Blue Bell,
  PA 19422
CITE: (I-348 SN012105)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- HOLOGRAPHIC DATA STORAGE SYSTEM WITH MASSIVELY
  PARALLEL ARCHITECTU RE
POC Darlene Walter, Contract Specialist, 301-286-4239.
CNT NAS5-97012
AMT $599,546.00
LINE N/A
DTD 120396
TO Optitek Inc., 100 Ferguson Drive, Mountain View, CA 94039
CITE: (I-348 SN012106)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- ACTIVE PIXEL STAR TRACKER
POC Janet Langweil, Contract Specialist, 301-286-4212.
CNT NAS5-97014
AMT $592,923.00
LINE N/A
DTD 120396
TO Photobit, 2529 Foothill Boulevard, La Crescenta, CA 91214
CITE: (I-348 SN012107)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- AGENTBUILDER SOURCE CODE
POC Darlene Walter, Contract Specialist, 301-286-4239.
CNT NAS5-97018
AMT $599,768.00
LINE N/A
DTD 120396
TO Reticular Systems Inc., 4715 Viewridge Avenue, San Diego,
  CA 92123
CITE: (I-348 SN012108)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- FINE GRID FABRICATION FOR X-RAY COLLIMATORS
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97025
AMT $600,000.00
LINE N/A
DTD 120596
TO Ultramet, 12173 Montague Street, Pacoima, CA 91331
CITE: (I-348 SN012109)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A -- GAN BASED HIGH TEMPERATURE ULTRAVIOLET PHOTODETECTORS
POC Darlene Walter, Contract Specialist, 301-286-4239.
CNT NAS5-97009
AMT $591,640.00
LINE N/A
DTD 120396
TO EMCORE Corporation, 394 Elizabeth Avenue, Somerset, NJ 08873
CITE: (I-348 SN012110)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 175,
  Washington, DC 20374-5095
SUBJECT: A -- RELACE NURSE CALL SYSTEM, BUILDING 10, NATIONAL
  NAVAL MEDICAL CENTER, BETHESDA MD
POC Linda Ford, Contract Specialist FAX (202) 685-8236.
CNT N68925-95-C-A642
AMT $826,000.00
LINE NA
DTD 121396
TO R&S Medical Communication, Inc, 195 Pine Woods Road, Wellsville,
  PA 17365
CITE: (I-348 SN012160)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracts Management Branch, National Institute of Neurological
  Disorders and Stroke, NIH, Federal Building, Room 901, 7550
  Wisconsin Avenue, MSC 9190, Bethesda, Maryland  20892-9190
SUBJECT: A--THIN-FILM INTRACORTICAL RECORDING MICROELECTRODES
POC Laurie A. Leonard, 301/496-1813
CNT N01-NS-7-2365
AMT $1,465,036
DTD 120196
TO The Regents of the University of Michigan, 3003 South State,
  Room m 1044, Ann Arbor, Michigan  48109-1274
CITE: (I-351 SN012332)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: A--LABORATORY SUPPORT SERVICES
POC Jeff Thomas, Contract Specialist, HAM-30A, (202) 366-4226.
CNT DTFH61-97-Z-00014
AMT $10,825,592.00
LINE N/A
DTD 120996
TO Soil and Land Use Technologies, Inc. 11609 Edmonston Road
  Beltsville, MD 20705
CITE: (I-351 SN012434)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A--VERSATILE, TUNABLE SINGLE FREQUENCY LASER FOR NEAR
  INFRARED APPLICATIONS
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97015
AMT $593,034.00
LINE N/A
DTD 120596
TO Positive Light, 103 Cooper Court, Los Gatos, CA 95030
CITE: (I-351 SN012443)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA, Space Station Program Office, OG3, Houston, TX
  77058
SUBJECT: A--MOBILE TRANSPORTER CAPTURE LATCH/MOBILE SERVICING
POC Contracting Officer: Lee Pagel, 713-244-7223. Contracting
  Specialist: Kellie Murray, 713-244-8412
CNT NAS15-10003
AMT $600000
LINE N/A
DTD 040896
TO Mcdonnell Douglas Aerospace, 13100 Space Center Blvd, Houston,
  TX 77058
CITE: (I-351 SN012452)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Department of the Treasury, Bureau of Alcohol, Tobacco
  and Firearms, Acquisition Division, Room 3290 650 Massachusetts
  Avenue, NW., Washington, DC 20226
SUBJECT: B--STUDY
POC Craig Segall, (202) 927-8689, Contracting Officer, Charles
  H. Logan, (202) 927-8820.
CNT Tatf-97-2
AMT $981,800.00
DTD 110596
TO International Fertilizer Development Center, P.O. Box 2040,
  Muscle Shoals, AL 35662
CITE: (M-351 SN012348)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Department of Veterans Affairs Central Office, Office
  of Facilities Management (185B), 810 Vermont Avenue, N.W.,
  Washington, D.C. 20420
SUBJECT: C--PHASE I DEVELOPMENT, SARATOGA NATIONAL CEMETERY,
  ALBANY, NEW YORK
POC David V. Starkie, (202) 565-6233-Contracting Officer Jon
  E. Baer, (202) 565-5231.
CNT Project No. 917CM2001, Contract No. V101AP0169
AMT $692,178.00
DTD 111596
TO The LA Group, Landscape Architecture & Engineering, P.C.,
  40 Long Alley, Saratoga Springs, New York 12866
CITE: (M-351 SN012363)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Administrative Services Staff, 630
  Sansome Street, Room 520, San Francisco, CA 94111
SUBJECT: F - REMOTE SENSING SUPPORT SERVICES
POC Contact, Contracting Officer, Bonnie Gilbert (415)705-2575
  for Bids Contact, Cookie Washington, (415)705-2878 or Sheila
  Georges at (415)705-2829
CNT 53-91S8-6-TM51
AMT S500,000.00
LINE N/A
DTD 082896
TO Pacific Meridian Resources, 5915 Hollis Street, Bldg. B, Emeryville,
  CA 94608, (510)654-6980
CITE: (I-348 SN012141)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road,
  Ann Arbor, MI 48105
SUBJECT: J -- PREVENTIVE MAINTENANCE/REPAIR OF COULTER S+4 BLOOD
  CELL COUNTER
POC Mary B. Jones, (313) 930-5588
CNT V506P-2869
AMT $30,000
LINE 1
DTD 100196
TO Adelsys Inc, 3109 Mayfield Road, #203, Cleveland Heights,
  OH 44118
CITE: (I-348 SN012155)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road,
  Ann Arbor, MI 48105
SUBJECT: J--PREVENTIVE MAINTENANCE/REPAIR OF COULTER MAXM WITH
  AUTOLOADER
POC Mary B. Jones, (313) 930-5588
CNT V506P-2868
AMT $30,000
LINE 1
DTD 100196
TO Adelsys Inc, 3109 Mayfield Road, #203, Cleveland Heights,
  OH 44118
CITE: (I-351 SN012328)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929,
  Room 114, Fort Bragg, NC 28307-5200
SUBJECT: K--MODIFICATION/CONSTRUCTION OF SMALL ARMS WEAPONS STORAGE
  RACKS/CASES
POC MAJ Steve Bonk, Contract Specialise (910) 432-8967
CNT USZA92-97-D-0108
AMT $99,625.00
LINE 0001,0002
DTD 121696
TO Reese Fabrication, PO Box 64006, Fayetteville, NC  28306
CITE: (W-351 SN012469)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: M--OPERATION & MAINTENANCE OF A GOCO FACILITY
POC Contact The Contract Specialist: Christie Paisley (309)782-6933,
  Contracting Officer: Mary S. Adams (309)782-4841
CNT DAAA0995G0002/0018
AMT $16,220
LINE N/A
DTD 121096
TO Hercules Aerospace Co., Route 114, PO Box 1, Radford, VA 24141-0100
CITE: (I-351 SN012436)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: M--OPERATION & MAINTENANCE OF A GOCO FACILITY
POC CONTACT THE CONTRACT SPECIALIST: Shirlene Wise (309)782-3764,
  Contacting Officer: Emil E. Maslanka (309)782-628
CNT DAAA0989Z0001,P00403
AMT $424,124
LINE N/A
DTD 121096
TO Day & Zimmemann Hawthorne Corp., 1818 Market St., Philadelphis,
  PA. 19103-3672
CITE: (I-351 SN012472)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS,
  ROCK ISLAND, IL. 61299-6000
SUBJECT: M--OPERATION & MAINTENANCE OF A GOCO
POC CONTACT THE CONTRACT SPECIALIST: Shirlene Wise, (309)782-3764,
  Contracting Officer: Emil E. Maslanka (309)782-6628
CNT DAAA0989Z0001/P00404
AMT $61,226
LINE N/A
DTD 120996
TO Day & Zimmermann Hawthorne Corp., 1818 Market St., Philadelphia,
  PA., 19103, 3672
CITE: (I-351 SN012473)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons, Federal Correctional Institution,
  McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701
SUBJECT: Q--MEDICAL SERVICES
POC Tim Holohan, Contracting Officer, (814) 362-8900.
CNT Contract No. J231c-035
AMT $2,400.00
LINE Line item one (1)
DTD 120696
TO Hossain Sarajedini, MD, 119 Pleasant Street, Bradford, PA
  16701
CITE: (M-351 SN012355)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons, Federal Correctional Institution,
  McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701
SUBJECT: Q--MEDICAL SERVICES
POC Tim Holohan, Contracting Officer, (814) 362-8900.
CNT Contract No. J231c-034
AMT $11,040.00
LINE Line item one (1)
DTD 120696
TO Raymond J. Uscinski, DPM, 35 Congress Street, Bradford, PA
  16701
CITE: (M-351 SN012356)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R -- INDEPENDENT PATRIOT INTEGRATION ANALYSIS SUPPORT
  SERVICES
POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205)
  842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-94-C-0105/P00058
AMT $10,139,964.19
LINE N/A
DTD 121296
TO CAS Incorporated 650 Discovery Drive, P O Box 11190, Huntsville,
  AL, 35814
CITE: (I-348 SN012127)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R -- SYSTEM, COST, RISK AND PROGRAM EVALUATION SUPPORT
POC (PCF) Shirley Childers, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7294, Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC,
  (205) 876- 4926.
CNT DAAH01-94-C-0086/P00089
AMT $68,056.95
LINE N/A
DTD 121296
TO Coleman Research Corporation 201 S Orange Avenue, Suite 1300,
  Orlando, FL, 32801
CITE: (I-348 SN012128)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting
  Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta,
  GA 30303-3388
SUBJECT: R--REAL ESTATE CLOSING AGENT SERVICES
POC Charles Lipthrott or Michael L. Swan.
CNT H04C97001009000 from RFP: DU204-R-96-0026
AMT $22,000.00
LINE B-3(A) (AREAS 2 AND 3
DTD 121396
TO Massey & Stottser, 1100 East Park Drive, Suite 301, Birmingham,
  AL 35235
CITE: (I-351 SN012482)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 421-017
AMT $52,525.00
DTD 120696
TO Monarch Litho, Inc., 1501 Date Street, Montebello, CA 90640
CITE: (M-351 SN012268)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C714-S
AMT $64,523.95
DTD 121196
TO Braceland Brothers, 7625 Suffolk Avenue, Philadephia, PA 19153
CITE: (M-351 SN012269)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Chicago Regional Printing Procurement Office, U.S. Government
  Printing Office, 200 N. LaSalle St., Suite 810, Chicago, IL
  60601-1055
SUBJECT: T--OFFSET PRINTING
CNT Program 1513, Various Army Publications
AMT Estimated 1-year value of $1,692,562.00
DTD 120596
TO Braceland Brothers, Inc., 7625 Suffolk Avenue, Philadelphia,
  PA 19153
CITE: (M-351 SN012299)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Chicago Regional Printing Procurement Office, U.S. Government
  Printing Office, 200 N. LaSalle St., Suite 810, Chicago, IL
  60601-1055
SUBJECT: T--PRINTING
CNT Jacket 749-007
AMT $118,675.00
DTD 121196
TO Raye Limited Inc., 4393 Park Vicente, Calabasas, CA 91302
CITE: (M-351 SN012341)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Hampton Regional Printing Procurement Office, U.S. Government
  Printing Office, 11836 Canon Boulevard, Suite 400, Newport
  News, VA 23606-2555
SUBJECT: T--PRINTING
CNT 531-089
AMT $70,815.00
DTD 120996
TO Mail-Well Envelope, dba American Mail-Well Env., 4500 Tiedeman
  Road, Cleveland, OH 44144
CITE: (M-351 SN012369)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road,
  Ann Arbor, MI 48105
SUBJECT: V -- NON-EMERGENCY WHEELCHAIR LIFT VAN TRANSPORTATION
POC Shirley Sanderson, (313) 930-5591
CNT V506P-2969
AMT $50,683
LINE 1a - 1h
DTD 121296
TO NETS, PO Box 761, Jackson, MI 49204-0761
CITE: (I-348 SN012140)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Department of the Treasury, Comptroller of the Currency,
  Administrator of National Banks, 250 E Street, SW, Washington,
  DC 20219
SUBJECT: V--RELOCATION SERVICES
POC Anthony Cooch, 202-874-5040
CNT TCC-96-C-0025
AMT $1,569,945.00
LINE N/A
DTD 121196
TO Associates Relocation Management Company, 1325 G St., NW,
  Washington, DC  20005
CITE: (W-351 SN012340)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Officer in Charge, Facilities Support Contracts, Navy
  Public Works Center, 9742 Maryland Ave., Norfolk, Virginia
  23511-3095
SUBJECT: V--REMOVE AND DISPOSE OF EQUIPMENT LOCATED AT BUILDING
  LP-24 NAVAL STATION NORFOLK, NORFOLK, VIRGINIA
POC Michele V. Hathaway, (757) 445-4943, Contract Specialist;
  Karyn Bryan (757) 445-4942, Contracting Officer.
CNT N00187-96-M-6679
AMT $33,588.00
LINE Line Item 0001
DTD 120696
TO Hampton Roads Crane & Rigging Co., 525 J Clyde Morris Blvd.,
  Newport News, Virginia 23601
CITE: (M-351 SN012357)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: General Services Administration, Colorado Service Center,
  8PC, P.O. Box 25546, Building 41, Denver Federal Center, Denver,
  Colorado 80225-0546.
SUBJECT: X--LEASE
POC Tami Skinner, (303) 236-7200.
CNT GS-08P-13391
AMT $7,393,373.00
DTD 112696
TO Aardex Durango LLC, 12340 West Alameda Pkwy., Suite 220, Lakewood,
  CO 80228
CITE: (M-351 SN012298)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La 70160
SUBJECT: Y--CALCASIEU RIVER AND PASS, LA, 1997 MAINTENANCE DREDGING
  BAR CHANNEL, LEASED HOPPER DREDGE, CAMERON PARISH, LA
CNT DACW29-97-C-0017
AMT $2,263,880.00
LINE Items 0001 and 0002
DTD 121396
TO Gulf Coast Trailing Co.; P.O. Box 20116; New Orleans, LA 70141-0116
CITE: (I-351 SN012288)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Interior, Fish and Wildlife Service
  CGS/LFG, 911 N.E. 11th Avenue, Portland, Oregon 97232-4181
SUBJECT: Y--HIGHWAY 94 (CAMPO ROAD) IMPROVEMENTS AT THE SAN DIEGO
  NATIONAL WILDLIFE REFUGE, JAMACHA JUNCTION, SAN DIEGO COUNTY,
  CALIFORNIA
POC Lola F. Gannon, (503) 231-6188/Contracting Officer.
CNT 14-48-0001-96021
AMT $281,580.00
LINE Item No. 1
DTD 120596
TO Daley Corporation, P.O. Box 609018, San Diego, CA 92160-9018
CITE: (M-351 SN012343)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Y--GYMNASIUM, NAVAL AIR STATION, KEY WEST, FL
POC N/A
CNT N62467-84-C-0105
AMT $2,284,308.00
LINE N/A
DTD 121696
TO General Kantrax, Inc., P. O. Box 27729, Panama City Beach,
  FL 
CITE: (W-351 SN012422)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Y--FAMILY SUPPORT CENTER AT U.S. AIR FORCE ACADEMY,
  COLORADO
POC Contracting Division at: (402) 221-4266.
CNT DACA45-97-C-0015, IFB NO. DACA45-96-B-0081
AMT $1,911,000.00
LINE N/A
DTD 121196
TO Martinez Construction & Development Co., 2260 South Xanadu
  Way, Suite 350, Aurora, Colorado 80014-1373
CITE: (I-351 SN012458)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z -- REPAIR QUARTER'S ONE, PROJECT 96-4008
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: B. Corbett, 937-257-6574, Fax No
  937-257-3926.
CNT F33601-97-C-W018, F33601-96-B-9031
AMT $77,400.00
LINE N/A
DTD 120696
TO Joe Becks & Associates, P.O. Box 1192, Dayton Ohio 45401
CITE: (I-348 SN012159)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, USCG, Civil Engineering Unit, P.O.
  Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99801-1747
SUBJECT: Z--REMOVE 5 UNDERGROUND STORAGE TANKS AND REPLACE WITH
  4 ABOVE GROUND TANKS AT USCG SUPPORT CENTER, KODIAK, ALASKA
POC J.H. O'Malley, Contracting Officer, USCG-CEUJ, (907)463-2417
CNT DTCG87-96-C-643079
AMT $298,869.00
LINE 0001
DTD 101596
TO Clearwater Environmental, Inc., 8760 Hartzell Road, Anchorage,
  Ak. 99507   J.Omalley/CEUJuneau@internet.uscg.mil  Civil Engineering
  Unit Juneau
CITE: (D-348 SN012161)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville,
  P.O. Box 30, Jacksonville, Florida 32212-0030
SUBJECT: Z--INSTALL HEAT PUMPS, BUILDING 905A
POC Ms. Susan Heuler, (904) 778-5560  Cecil Field NAS, FL
CNT N68931-97-M-1017
AMT $27,399
LINE 0001
DTD 121296
TO Northeast Florida Heat & Air, 5860 Timuquana Road, Suite 
  7, Jacksonville, FL 32201
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL sheuler_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-351 SN012261)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers,
  Clock Tower Building, P.O. Box 2004, Rock Island, Illinois
   61204-2004
SUBJECT: Z--MAJOR REHABILITATION, STAGE I, LOCK AND DAM NO. 14,
  MISSISSIPPI RIVER, ROCK ISLAND COUNTY, ILLINOIS AND SCOTT COUNTY,
  IOWA
POC N/A
CNT DACW25-96-R-0022
AMT $11,990,039.00
DTD 120996
TO Midwest Foundation Corporation, PO Box 1207, Tremont, IL 61568
  (LB)
CITE: (I-351 SN012278)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448
SUBJECT: Z--RENOVATE FITNESS CENTER/GYM, MARINE CORPS RECRUIT
  DEPOT, PARRIS ISLAND, SC
CNT N62467-96-C-5036
AMT $936,384.00
DTD 120396
TO Brantley Construction Co Inc., 8300 Dorchester Road, Charleston,
  SC 29418
CITE: (M-351 SN012352)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction Jacksonville Area,
  Box 139, Naval Air Station, Jacksonville, FL 32212-0139
SUBJECT: Z--EXTERIOR/INTERIOR REPAIRS AT BLDG. 160, NAVAL STATION,
  MAYPORT, FL
POC OICC Office, (904) 772-5574.
CNT N62467-94-C-2642
AMT $68,318.00
DTD 120596
TO Clifton Consolidated Corp. of Sun City, 2421 East Jefferson
  Street, Orlando, FL 32803-6110
CITE: (M-351 SN012359)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT
  (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001,
  OR 109 ST. JOSEPH STREET MOBILE AL 36602
SUBJECT: Z--UPGRADE SANITARY SEWER SYSTEM, HURLBURT FIELD, FLORIDA
POC Contracting Officer, Edward M. Slana (Site Code W31XNJ)
CNT DACA01-97-C-0014 (DACA01-96-B-0127)
AMT $495,000
DTD 121196
TO SPEEGLE CONSTRUCTION, INC., P.O. Box 2089, Cocoa, FL 32923-2089,
  (L)
CITE: (I-351 SN012387)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT
  (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001,
  OR 109 ST. JOSEPH STREET MOBILE AL 36602
SUBJECT: Z--COMMUNICATIONS MAINTENANCE FACILITY, TYNDALL AIR
  FORCE BASE, FLORIDA
POC Contracting Officer, Edward M. Slana (Site Code W31XNJ)
CNT DACA01-97-C-0016 (DACA01-96-B-0121)
AMT $1,011,645
DTD 121396
TO C. LAWRENCE CONSTRUCTION COMPANY, INC., P.O. Box 16, Panama
  City, FL 32402-0016, (S)
CITE: (I-351 SN012388)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center
  (SSC), MS 39529-6000
SUBJECT: Z--MODIFICATION TO EXISTING E-1 TEST STAND AT THE STENNIS
  SPACE CENTER
POC J.G. Misch (601)688-1634/Contracting Officer, Harold G. Taulbee
  (601)688-1640
CNT NAS13 97008
AMT $7,996,350
LINE 1
DTD 121696
TO Industrial Construction Inc., 5345 S. Heyrend Circle, Idaho
  Falls, ID 83402
EMAIL jerry.misch@ssc.nasa.gov
EMAILDESC: 
CITE: (W-351 SN012471)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--CABLE ASSEMBLY-SWIT
SOL SP0920-97-Q-A051
CNT SP0920-97-M-1460
AMT $56,250.00
LINE 0001 THROUGH 0002
DTD 121296
TO Projects unlimited Inc 3680 wyse Rd P.O.Box 14538 Dayton OH
   45414-5802
CITE: (I-349 SN012178)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center
  Redstone Arsenal, AL 35898-5280
SUBJECT: 15 -- ATTACHMENT ASSEMBLY
POC Tammy Bingham, Contract Specialist (PCD) AMSMI-AC-CDBB 205
  876-5287 Randy Walton, Contracting Officer AMSMI-AC-CDBB 205
  842-6116.
CNT DAAH01-97-C-0067
AMT $261,715.82
LINE N/A
DTD 120696
TO Raytheon Aircraft 9709 E. Central Wichita, KS 67201-0085
CITE: (I-348 SN012139)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SCROLL HOUSING, AIRC
SOL SP0920-97-Q-A046
CNT N00383-95-G-M120-UBFN
AMT $39,705.60
LINE 0001
DTD 121596
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-350 SN012255)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 16--STRAP PACKS
POC CPT Mark A. Anderson, Procurement Officer, (314) 263-0788.
CNT DAAJ09-90-G-0025 D.O. 0191
AMT $ 3,283,500.00
LINE 0001AA
DTD 122096
TO McDonnell Douglas Helicopter Company 5000 E. McDowell Road
  Mesa, Arizona 85215-9797
CITE: (I-351 SN012322)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: USCG Aircraft Repair & Supply Center, Elizabeth City,
  NC 27909-5001, Procurement Branch
SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES
POC N/A
CNT DTCG38-97-P-200132
AMT $26,490.00
DTD 121696
TO P A International, Inc. 1460 SW 3RD ST., Pompano Beach, Fl.
  33069
CITE: (I-351 SN012491)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: USCG Aircraft Repair & Supply Center, Elizabeth City,
  NC 27909-5001, Procurement Branch
SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES
POC N/A
CNT DTCG38-97-P-200122
AMT $46,760.00
DTD 121696
TO Fraccaro Industries, Inc., 1032 North Reading Avenue, Boyertown,
  PA. 19152
CITE: (I-351 SN012492)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--RING, SUPPORT, TRANSMISSION. ON ALLISON
SOL SP0770-96-R-5880
CNT SP0770-97-C-3591
AMT $96,363.00
LINE 0001 THROUGH 0002
DTD 121496
TO Stanley machining and tool Corp 425 Maple Ave Carpentersville
  IL  60110
CITE: (I-350 SN012200)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--BODY, VALVE SAFETY.
CNT SP0760-97-M-0067
AMT $33,049.74
LINE 0001AA THROUGH 0001A
DTD 112296
TO Coltec Industries Inc Fairbanks Morse engine Div 701 white
  Ave  beloit WI 53511-5447
CITE: (I-350 SN012197)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 28--TURBINE SEAL ASSEMBLY
SOL SP0500-96-Q-Y411
CNT SP0500-97-M-T089
AMT $35,106.53
LINE 0001
DTD 121396
TO Lynn Electronics Corp 915 pennsylvannia Blvd feasterville
  PA  19053
CITE: (I-350 SN012233)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 28--ARM, VANE ACTUATION
SOL SP0500-97-Q-C622
CNT N00104-96-G-0101-TZ50
AMT $28,064.40
LINE 0001AA THROUGH 0001A
DTD 121396
TO General Electric Co GE aircraft engines mail drop S133 1 Neumann
   Way P.O.Box 156301## Cincinnati OH 45215-6301
CITE: (I-350 SN012249)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--3RD STAGE RING SEGMENT --2840012417968PT
CNT F34601-94-G-0028SAUU
AMT $83,165
DTD 112296
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-351 SN012406)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
   Afb, Texas 78241-6318
SUBJECT: 28--COMBUSTION LINER --2840013658244PT
CNT F34601-94-G-0028SAXJ
AMT $94,255
DTD 120396
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-351 SN012407)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--TURBINE AIR SUPPORT --2840012138572PT
CNT F34601-94-G-0028SAXW
AMT $2,837,070
DTD 111896
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-351 SN012408)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--TURBINE HEAT SHIELD/TF39 ENG --2840003522166PS
CNT F41608-97-C-0085, F41608-96-R-50290
AMT $149,635
DTD 112796
TO Columbia Mfg Inc, 165 Rt 66 East, P O Box 368, Columbia Ct
   06237-0368
CITE: (I-351 SN012413)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 29--PARTS KIT, ACTUATOR
SOL SP0500-96-Q-W319
CNT F04606-96-G-0006-TZ39
AMT $32,400.00
LINE 0001 THROUGH 0002
DTD 121396
TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O
  Box  3951 North Hollywood CA 91605
CITE: (I-350 SN012238)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, SLEEVE
SOL 96TL52-72-P-0500
CNT SP0500-97-M-U024
AMT $29,123.85
LINE 0001
DTD 121396
TO Pioneer valve and fitting Co Inc 93 seigal Street Brooklyn
  NY  11206-3204
CITE: (I-350 SN012236)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL.ANNULAR
SOL SP0500-96-Q-QE33
CNT SP0500-97-M-S808
AMT $64,500.00
LINE 0001
DTD 121496
TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury
  CT  06810-7505
CITE: (I-350 SN012239)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL
SOL SP0500-96-Q-NT54
CNT SP0500-97-M-S417
AMT $37,635.71
LINE 0001
DTD 121496
TO NTN bearing Corp of America government sales Dept 650  Pennsylvania
  Dr exton PA 19341
CITE: (I-350 SN012244)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, PLAIN, SPHERICAL
SOL 96TAU5-02-P-0500
CNT SP0500-97-M-S762
AMT $26,260.00
LINE 0001 THROUGH 0002
DTD 121496
TO Simula Government Products Inc DBA SGP Inc 10016 S 51ST St
   Phoenix AZ 85044-5203
CITE: (I-350 SN012248)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 31--BEARING, PLAIN/TF39 ENG --3120012243911PS
CNT F41608-97-D-0136,F41608-96-R-50180
AMT $119,488
DTD 112296
TO Psi Bearings Inc, 2175 Union Place, Simi Valley Ca 93065-0000
CITE: (I-351 SN012416)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--ROPE, MANILA
SOL SP0500-96-Q-ST20
CNT SP0500-97-M-T283
AMT $35,478.00
LINE 0001
DTD 121396
TO Winne Frank W and son Inc 44 N Front St Philadelphia PA  19106-2218
CITE: (I-350 SN012230)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC.
SOL SP0770-96-Q-VG86
CNT SP0770-97-M-HN90
AMT $35,910.00
LINE 0001 THROUGH 0002
DTD 121396
TO Durodyne Inc Tucson aviation Ctr hanger no 1 P O Box 11740
  Tucson  AZ 85734-1740
CITE: (I-350 SN012199)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, FLOW CONTROL. GLOBE WITH INCLINED STEM
SOL SP0760-97-Q-0102
CNT SP0760-97-M-4838
AMT $25,125.00
LINE 0001
DTD 121196
TO Marotta Scientific control Inc.  78 boonton Ave.  P. O. Box
  427  montville, NJ 07045
CITE: (I-350 SN012198)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 49--TEST SET, COUNTERMEASURES --4920013452122DQ
CNT F41608-96-R-29764
AMT $5,912,400
DTD 112596
TO Eaton Corp, Ail Div Long Island Plants, Commack Road, Deer
  Park  Ny 11729-0000
CITE: (I-351 SN012412)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, SELF-LOCKING, EXTENDED WASHER
SOL SP0500-97-Q-2794
CNT F34601-95-G-0012-TZ1M
AMT $32,851.00
LINE 0001AA THROUGH 0001A
DTD 121396
TO Allison Engine Co Inc MS speed code R39 2001 S Tibbs Ave P.O.Box
   420 Indianapolis In 46206-0420
CITE: (I-350 SN012222)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--GASKET
CNT SP0500-97-M-T258
AMT $67,500.00
LINE 0001
DTD 121496
TO Dbr Industries Inc 18 penns trail Newtown PA 18940
CITE: (I-350 SN012223)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, RING, METAL
SOL SP0500-97-Q-5580
CNT SP0500-97-M-S340
AMT $34,294.00
LINE 0001
DTD 121396
TO Am-mac Inc 38 Fairfield Pl West Caldwell NJ 07006
CITE: (I-350 SN012225)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, SELF-LOCKING, CLINCH
SOL SP0500-97-Q-7040
CNT SP0500-97-W-1036
AMT $91,160.00
LINE 0001
DTD 121396
TO Kaynar Microdot Aerospace Fastening Systems 800 South State
   College Boulevard P O Box 3001 Fullerton California 92634-3001
CITE: (I-350 SN012226)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--DIAL ASSY
SOL SP0500-97-Q-6696
CNT SP0500-97-M-U017
AMT $34,489.40
LINE 0001
DTD 121496
TO Electronic hardware Corp.  320 broadhollow Rd.  Farmingdale
  l.i.   N.y.  11735
CITE: (I-350 SN012227)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, OPTION
SOL SP0500-97-Q-F611
CNT SP0500-97-M-S566
AMT $27,360.00
LINE 0001
DTD 121396
TO SPS Technologies Inc Aerospace and Industrial Products Div
   Highland Ave Jenkintown PA 19046-2299
CITE: (I-350 SN012229)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--GASKET
CNT SP0500-97-M-T207
AMT $25,900.00
LINE 0001
DTD 121496
TO Jetseal Inc 8102 N freya St Spokane WA 99207
CITE: (I-350 SN012231)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--RETRACTOR, CABLE
SOL SP0500-97-Q-B231
CNT SP0500-97-M-7132
AMT $37,840.00
LINE 0001
DTD 121396
TO National Industrial Products Corp 1 Pavilion Ave P.O.Box 351
   Riverside NJ 08075
CITE: (I-350 SN012232)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--CAP, POST
SOL SP0500-97-Q-4887
CNT F09603-95-G-0015-TZB6
AMT $37,525.66
LINE 0001AA THROUGH 0001A
DTD 121396
TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave
   Kalamazoo MI 49001-4165
CITE: (I-350 SN012234)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PARTS KIT, SEAL REPLACEMENT
CNT SP0500-97-M-S758
AMT $55,000.00
LINE 0001
DTD 121496
TO Tailored Logistics Corp 9517 Sugar Mill Dr Fort Wayne IN 46835
CITE: (I-350 SN012237)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PARTS KIT, SEAL REPLACEMENT
CNT SP0500-97-M-S700
AMT $55,000.00
LINE 0001
DTD 121496
TO Tailored Logistics Corp 9517 Sugar Mill Dr Fort Wayne IN 46835
CITE: (I-350 SN012242)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, SLEEVE
SOL SP0500-96-Q-FZ89
CNT SP0500-97-M-S472
AMT $63,187.50
LINE 0001 THROUGH 0002
DTD 121396
TO Strategic Procurement Services Inc W and W logistics Div 2
   Madison Rd Fairfield NJ 07004
CITE: (I-350 SN012245)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--GASKET
SOL SP0500-96-R-0217
CNT SP0500-97-C-5004
AMT $75,468.00
LINE 0001
DTD 121496
TO Kenneth industrial products Inc 174 State St P O Box 4020
  Meriden  CT 06450
CITE: (I-350 SN012246)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--COUPLING CLAMP GROOVE
SOL SP0500-96-Q-QH47
CNT SP0500-97-M-T297
AMT $64,341.60
LINE 0001
DTD 121496
TO Grimes Aerospace Co 550 State Rt 55 P.O.Box 247 Urbana OH
   43078-0247
CITE: (I-350 SN012247)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--RING, BLADE, RETAINING
CNT SP0500-97-M-R180
AMT $42,796.00
LINE 0002AA THROUGH 0002A
DTD 121496
TO Abdite Industries Inc 8400 beech daly Road Taylor MI 48180-2031
CITE: (I-350 SN012250)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BRACKET
SOL SP0500-96-Q-R782
CNT F41608-94-G-0031-TZ6H
AMT $65,475.20
LINE 0002
DTD 121396
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-350 SN012252)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH
SOL SP0500-97-Q-9691
CNT SP0500-97-M-S907
AMT $43,380.00
LINE 0001 THROUGH 0002
DTD 121396
TO Buie Forest Products 30875 ih-10 W Boerne TX 78006
CITE: (I-350 SN012228)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0087
CNT SP0900-97-M-0052
AMT $30,036.18
LINE 0001 THROUGH 0009
DTD 121296
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-349 SN012176)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SEMICONDUCTOR DEVICE, DIODE
CNT SP0900-97-M-1512
AMT $49,560.00
LINE 0001AA THROUGH 0001A
DTD 121396
TO Dynamation research Inc 2301 pontius Ave Los Angeles CA 90064
CITE: (I-349 SN012177)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR ASSEMBLY
SOL SP0905-96-Q-5246
CNT SP0905-97-M-1133
AMT $45,616.62
LINE 0001
DTD 121396
TO Pioneer Valve & Fitting Co Inc.  93 Seigel Street Brooklyn,
  NY  11206-3200
CITE: (I-349 SN012179)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--FILTER, RADIO FREQUENCY INTERFERENCE
SOL SP0905-96-R-A050
CNT SP0905-97-C-0003
AMT $176,203.42
LINE 0001 THROUGH 0008
DTD 121396
TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney
  NY  13838-1395
CITE: (I-349 SN012181)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--TRANSISTOR
CNT SP0960-97-M-1523
AMT $38,100.00
LINE 0001
DTD 121396
TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH
  45458
CITE: (I-349 SN012182)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELEC
CNT SP0935-97-M-1482
AMT $63,635.60
LINE 0001 THROUGH 0002
DTD 121396
TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney
  NY  13838-1395
CITE: (I-349 SN012183)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SEMICONDUCTOR DEVICE UNITIZED
CNT SP0960-97-M-1463
AMT $44,875.00
LINE 0001 THROUGH 0002
DTD 121396
TO Bell Industries, Inc E.D.D. military 446 Windsor Park drive
   Dayton OH 45459
CITE: (I-349 SN012184)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-96-R-A039
CNT SP0960-97-C-0022
AMT $494,370.00
LINE 0001AA THROUGH 0001A
DTD 121396
TO Hughes Lexington Inc 1501 Newtown Pike Lexington KY 40511-1221
CITE: (I-349 SN012186)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, RECEPTACLE
SOL SP0935-97-Q-0143
CNT SP0935-97-M-1532
AMT $57,596.61
LINE 0001 THROUGH 0002
DTD 121396
TO Adi electronics P.O. Box 710518 3920 Bryan Street Dallas TS
   75371-0518
CITE: (I-349 SN012187)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0090
CNT SP0900-97-M-0028
AMT $34,384.56
LINE 0001
DTD 121496
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-349 SN012188)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, RECEPTACLE, ELECTRICAL
SOL SP0935-96-Q-4722
CNT SP0935-97-M-1471
AMT $65,419.30
LINE 0001 THROUGH 0005
DTD 121396
TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney
  NY  13838-1395
CITE: (I-350 SN012191)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FMJ), Rock Island , IL
  61299-7630
SUBJECT: 59--SLIP RING ASSY
POC Contract Specialist: Phyllis Smith (309) 782-3625, PCO: Dave
  L. Elliott (309) 782-3814
CNT DAAE20-96C0351/P00001
AMT $240,560
LINE N/A
DTD 121196
TO Electro-Tec Corp., 1501 N. Main St., Blacksburg, VA 24060-2527
CITE: (I-351 SN012319)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center
  Redstone Arsenal, AL 35898-5280
SUBJECT: 61 -- BATTERY STORAGE
POC Geraldine Williams, Contract Specialist (PCD) ASMSMI-AC-CDBA
  205 876- 7288 Debby Rosenbloom, Contracting Officer AMSMI-AC-CDBA
  205 876-7289.
CNT DAAH01-97-P-0188
AMT $38,583.37
LINE N/A
DTD 121296
TO Mathews Associates 645 Hickman Circle Sanford, FL 32771
CITE: (I-348 SN012137)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: 61--BATTERIES
POC N/A
CNT 1422-N670-C97-0006
AMT $124,650
LINE N/A
DTD 111996
TO Motorola, Inc., USFGMD, PO Box 500, 7230 Parkway Drive, Hanover,
  MD 21076
CITE: (W-351 SN012266)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 61--POWER SUPPLY --6130013976367
CNT F41608-97-C-0113, F41608-96-R-36640
AMT $236,000
DTD 120496
TO Transistor Devices Inc, 85 Horsehill Road, Cedar  Knolls Nj
  07927-0000
CITE: (I-351 SN012414)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--SUNSCREEN PREPARATION, LOTION BASE, SPF-15,
CNT SP0200-97-C-0005
AMT $209,658.96
LINE 0001AA THROUGH 0001A
DTD 121396
TO Cardinal enterprises Inc 184 John clarke Rd Newport RI 02840
CITE: (I-349 SN012169)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT
POC Kim Sweep, Contract Specialist, (301) 394-4681, Louise R.
  Mudd, Contracting Officer, (301) 394-1365.
CNT DAAL01-97-C-0057, DAAL01-96-R-9812
AMT $218,300.00
LINE 0001
DTD 121296
TO Oxford Instruments, Inc., 130A Baker Avenue Extension, Concord
  MA 01742
CITE: (I-348 SN012147)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--SHUNT, TUNING
SOL SP0920-97-Q-A045
CNT SP0920-97-M-1427
AMT $71,340.00
LINE 0001 THROUGH 0002
DTD 121396
TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116
CITE: (I-349 SN012180)

[Commerce Business Daily: Posted December 14, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--WATTMETER
SOL 97T425-72-P-0900
CNT SP0920-97-M-1412
AMT $32,256.00
LINE 0001 THROUGH 0002
DTD 121396
TO Phaostron Instrument and Electronic Co Inc 717 N Coney Ave
  Azusa  CA 91702-2205
CITE: (I-349 SN012185)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 66--LEAD ASSY/J85 ENGINE --6685007646311RX
CNT F41608-96-R-49620
AMT $56,646
DTD 120496
TO Thermocontrol Inc, 5728 Hartsdale Drive, Houston Tx 77036-2112
CITE: (I-351 SN012410)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 66--ALTIMETER, P/N:DPCA10-50HI,QTY:75 EA --6685001136575
CNT F41608-97-C-0114, F41608-97-R-23706
AMT $117,675
DTD 120396
TO Aerosonic Corporation, 1212 North Hercules Rd, P O Box 4627,
   Clearwater Fl 34618-4627
CITE: (I-351 SN012415)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: The United States Government Printing Office, Specialized
  Procurement and Sales Section, Stop:  (MMP), Washington, D.C.
  20401
SUBJECT: 70--INTEGRATED PROCESSING SYSTEM
POC Contact Point, Contract Specialist, Joel Hettger (202) 512-0937,
  Fax (202) 512-1354, Email jhettger@gpo.gov
CNT 1000297
AMT $7,228,512.00
DTD 121196
TO Northrop Grumman, Electronic  Sensor and Systems Division,
  P.O. Box 17320, Baltimore, MD 21203-7320
CITE: (I-348 SN012168)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 70--COMPUTER SYSTEM, DIGITAL
SOL SP0970-97-Q-0363
CNT SP0970-97-M-1122
AMT $33,410.00
LINE 7001 THROUGH 7004
DTD 121396
TO Keydata Intl Inc 111 corporate Blvd South Plainfield NJ 07080
CITE: (I-350 SN012190)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL
  61299-5000
SUBJECT: 70--ADPE MAINTENANCE
POC Contracting Officer Rick Stieger (309) 782-8592 (Site Code
  DAAA08)
CNT DAAA08-97-C-0008
AMT $97,724
LINE 000101-000132
DTD 121196
TO UDS INCORPORATED, 5240 NORTH OTTO, ROSEMONT, IL 600180000
CITE: (I-351 SN012399)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--COOKER, CHARCOAL, TRAILER MOUNTED
SOL SP0500-96-Q-SK21
CNT SP0500-97-M-J923
AMT $28,990.00
LINE 0001
DTD 121396
TO Commercial products Co Inc 3924 Forest Dr Suite 11 Columbia
  SC  29204
CITE: (I-350 SN012224)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--CABINET, FOOD WARMING, PASS-THROUGH, ELECTRIC
SOL SP0500-97-Q-3798
CNT SP0500-97-M-T100
AMT $27,900.00
LINE 0001 THROUGH 0004
DTD 121396
TO Rtf Mfg Rd 1 RT 66 Hudson NY 12534
CITE: (I-350 SN012240)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--DISPENSER, BULK MILK, MECHANICALLY COOLED
SOL SP0500-97-Q-3809
CNT SP0500-97-M-S524
AMT $54,805.40
LINE 0001 THROUGH 0002
DTD 121396
TO Silver King Div of stevens-lee Co 1600 xenium lane N Minneapolis
   MN 55441-3706
CITE: (I-350 SN012241)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--PAN, FRYING AND BRAISING, ELECTRIC
SOL SP0500-97-Q-3790
CNT SP0500-97-M-T094
AMT $32,599.00
LINE 0001 THROUGH 0002
DTD 121396
TO Legion Industries Inc 69 Main St Dallas PA 18612
CITE: (I-350 SN012251)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--LAMINATED WOODLAND CAMOUFLAGE CLOTH
POC Contracting Officer, CLARK, MILLIE, 202/508-3970
CNT 1PI-C-2899-97
AMT $7,964,640
DTD 121396
TO TENNESSEE APPAREL CORP., P.O. BOX 670, 401 N. ATLANTIC STREET,
  TULLAHOMA,, TN 37388
CITE: (I-351 SN012398)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: 1st Contracting Squadron, 74 Nealy Avenue, Suite 100,
  Langley Air Force Base, VA 23665-2088
SUBJECT: 84--FLIGHT SUITS
POC Sandy Mount, (804) 764-5802/Contracting Officer, Michael
  W. Durst, (804) 764-3246.
CNT F44600-97-D0008
AMT $814,482.00
DTD 103196
TO Barrier Wear, Inc., 2400 Industrial Lane, Suite 2800, Broomfield,
  CO 80020
CITE: (M-351 SN012372)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 88--Live Animals
OFFADD: USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929,
  Room 114, Fort Bragg, NC 28307-5200
SUBJECT: 88--GOATS
POC David Fouche, Contract Specialist, US Army Special Operations
  Command (910) 432-7670
CNT USZA92-97-D-8114
AMT $178,776.00 
LINE 0001
DTD 121696
TO Circle J Farms, 2425 Rodeo Drive, Linden, NC  28356
CITE: (W-351 SN012428)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER, BOND
POC Contracting Officer, STONEBERGER, LOUISE, 202-508-3945
CNT 1PI-C-2898-97
AMT $234,274
DTD 121396
TO Ris/Walker Goulard Paper Company, 45-11 33rd Street, Walker
  Goulard Plehn Co., Division, Long Island, NY 11101
CITE: (I-351 SN012396)

[Commerce Business Daily: Posted December 15, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--METAL PLATE
CNT SP0500-97-M-R776
AMT $89,220.00
LINE 0001 THROUGH 0003
DTD 121496
TO Engineering metals Co P O Box 86 Bridgeville PA 15017
CITE: (I-350 SN012243)

[Commerce Business Daily: Posted December 13, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 99 -- HIGH POWER LASER
POC Omar Ali, Contract Specialist, (301) 394-1048, Kathleen M.
  Tennant, Contracting Officer, (301) 394-3439.
CNT DAAL01-97-C-0055, DAAL01-96-R-9876
AMT $87,500.00
LINE 0001-0003
DTD 121396
TO Spectra Physics Lasers, Inc., 1344 Terra Bella Avenue, Mountain
  View, CA 94039-7013
CITE: (I-348 SN012148)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: ASC/LPKB, Wright-Patterson AFB, OH 45433-7233
SUBJECT: 99--EMDP - T.O.
POC n/a.
CNT F33657-95-D-0090
AMT $10,000,000.00
LINE N/A
DTD 112696
TO Microturbo, Inc, 2707 Forum Drive, Grand Prairie, TX 75052-7027
CITE: (I-351 SN012327)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: SPECIAL NOTICES
SUBJECT: RESEARCH--AND DEVELOPMENT - SPECIAL NOTICE - INDUSTRY
  BRIEFING BY DEFENSE INTELLIGENCE AGENCY/MISSILE AND SPACE INTELLIGENCE
  CENTER (MSIC).
DESC: The Defense Intelligence Agency (DIA)/Missile and Speca
  Center will be hosting a day of briefings for industry on 23
  January 1997 at the Sparkman Center Auditorium, Building 5304,
  located on Redstone Arsenal, Alabama. Briefings will concentrate
  on our intelligence work related to defensive and offensive
  systems, foreign materiel exploitation and lab operations,
  analytical systems, threat assessment, program management technical
  support, and integrated systems analysis as they relate to
  DIA/MSIC. The objective of these briefings is to provide information
  to participants on current initiatives and capabilities that
  MSIC will be requiring in the near future. The number of attendees
  will be limited to four individuals per company. The maximum
  number of attendees is 600. The deadline for responses must
  be made by FAX. The FAX number is 205/313-6468. Send FAX to
  the attention of Mr. Gary F. Markham, MSM-1 and please provide
  the following information: Company Name, Mailing Address, Name
  of Attendee(s), Phone Number, and Company FAX number. If unable
  to provide FAX response, you may contact the POC with the above
  information at 205/876-8439.
CITE: (I-351 SN012305)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: SPECIAL NOTICES
OFFADD: American Defense Preparedness Association, Two Colonial
  Place, 2101 Wilson Boulevard, Suite 400, Arlington, VA 22201-3061,
  (703) 522-1820, FAX (703) 522-1885
SUBJECT: 13TH--NATIONAL LOGISTICS SYMPOSIUM AND EXHIBITION, FT.
  LAUDERDALE, FL, MARCH 3-5, 1997
DESC: The objective of this symposium is to provide a forum for
  the Deputy Under Secretary of Defense for Logistics to share
  his insight for the future of DOD Logistics and to relate that
  vision to on-going and future programs that directly affect
  government and industry leaders. The agenda will strive to
  answer questions that relate to the DOD Quadrennial Review,
  the evolution of roles and missions, privatization and outsourcing
  actions, and the ``right sizing'' of organizations and budgets.
  A concurrent exhibition of related products and services will
  be a highlight of the event. Prospective attendees should contact
  Terri Colvin at the American Defense Preparedness Association,
    2101 Wilson Boulevard, Suite 400, Arlington, Virginia 22201,
  Tel.: (703) 522-1820 or FAX (703) 522-1885.
CITE: (M-351 SN012329)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: SPECIAL NOTICES
SUBJECT: SPECIAL--NOTICE
DESC:  The Fleet and Industrial Supply Center Norfolk Detachment
  Washington DC intends to exercise an option to Extend Services
  for up to an additional six (6) months under FAR 52.217-8 on
  a current contract N00600-92-D-0369, with VSE Corporation.
CITE: (W-351 SN012366)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: SPECIAL NOTICES
SUBJECT: D--ADP AND TELECOMMUNICATIONS SUPPORT SERVICES
DESC: On March 28, 1996, the Commerce Business Daily (CBD) announced
  FERC's request from interested and prospective offeerors to
  respond to the FERC's draft Request for Proposals (RFP) for
  ADP and Telecommunications services.  The FERC would like to
  notify all interested parties, that the draft RFP is canceled
  in its entirety.  Please be advised that the FERC will utilize
  one of the Government Wide Acquisition Contracts (GWAC).  
  POC is Charlotte Greenwell, Contract Specialist, on (202) 219-1156,
  Contracting Officer Sylvia Brown on (202) 219-1155.
LINK n/a
LINKDESC: 
EMAIL charlotte.greenwell@ferc.fed.us
EMAILDESC: 
CITE: (W-351 SN012405)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 18, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: USACE, Louisville District, Real Estate Division, ATTN:
  CEORL-RE-S (Dan Yelch), P.O. Box 59, Louisville, Kentucky 40201-0059
SUBJECT: DISPOSAL--OF STANDING TIMBER (PULPWOOD)
DUE 010797
POC Dan Yelch (502) 582-5759 or Dan Puckett (502) 624-5347.
DESC: DACA27-9-97-803--Disposal of 11,490 tons of White Pine
  (11,000 tons) and Yellow Poplar (490 tons) of, standing, pulpwood,
  Indiana Army Ammunition Plant, Charlestown, Indiana. All responsible
  interests may submit sealed bids by closing date. Bid forms
  and information available from listed POC's.
CITE: (M-351 SN012360)