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

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Department of Education, Grants and Contracts Services,
  7th & D Streets, SW, Room 3633, ROB Washington, D.C. 20202-4337
SUBJECT: A--1997 SMALL BUSINESS INNOVATION RESEARCH PROGRAM,
  PHASE I
SOL RFP-97-025
DUE 011397
POC Jennifer Feld, 202-708-7405.
DESC: A- The U.S. Department of Education invites small business
  firms to submit Phase I research proposals under this program
  solicitation titled Small Business Innovation Research (SBIR).
  A small business is one that, at the time of award, (1) is
  independently owned and operated, is not dominant in the field
  of operation in which it is proposing, and has its principal
  place of business located in the United States; (2) is at least
  51 percent owned by a United States citizen or lawfully admitted
  permanent resident alien, (3) Has, including its affiliates,
  a number or employees not exceeding 500, and meets the other
  regulatory requirements found in 13 CFR part 121. The SBIR
  Program enables small businesses to perform research and development
  through a three-phase process. Phase I is to determine the
  technical merit and feasibility of ideas submitted under the
  SBIR Program. The eighteen technical topics for which proposals
  will be considered are as follows: (1) Development or Adaptation
  of Assistive Devices, Mechanisms, Technologies, or Techniques
  for Individuals with Disabilities, (2) Development or Adaptation
  of Devices, Mechanisms, or Techniques for Individuals with
  Hearing Disabilities, (3) Innovative Technologies to Enhance
  Self-Determination, Job Development, Job Modification, Job
  Opportunities, or Transition from School to Work for Individuals
  with Disabilities, (4) Innovative Technological Circumventions
  to Neutralize Existing or Emerging Barriers to the Education
  or Vocational Rehabilitation of Individuals with Disabilities,
  (5) Combining New Technologies to Expand Placement Opportunities
  for Vocational Rehabilitation Clients, and School-to-Work Options
  for Youth with Disabilities, (6) Technological Solutions to
  Maintaining the Communication Skills of Individuals with Severe
  Late Onset Deafness, (7) Development or Adaptation of Telecommunications,
  Electronics Networks, Multimedia, or Management Information
  Systems and Software to Meet the Needs of Individuals with
  Disabilities, Their Families, and Professionals in Rehabilitation
  and Special Education, (8) Development or Adaptation of Assistive
  Devices, Mechanisms, or Technologies for Use by Allied Health
  Professionals and Individuals With Disabilities to Address
  Rehabilitation Needs Arising from Decreased Length of Inpatient
  Care and Increased Rehabilitation Techniques in Home Settings,
  (9) Development or Adaptation of Innovative Technologies to
  Enhance Learning and Development for Individuals with Disabilities
  of All Ages, (10) Development or Adaptation or Technologies
  to Foster the Inclusion and Facilitate the Successful Integration
  of Individuals with Disabilities into Regular School, Social,
  and Work Environments, (11) Development or Adaptation of Devices
  or Technologies to Assist Children, Youth, and Adults with
  Disabilities in the Arts, Recreation, or Leisure-Time Activities,
  (12) Development or Adaptation of Innovation Technologies to
  Enhance Learning and Development of Students Placed at Risk
  of Educational Failure, (13) Development or Adaptation of Innovation
  Technologies to Foster Early Childhood Development and Education
  (14) Development or Adaptation of Innovative Technologies to
  Enhance Student Achievement, Curriculum, and Assessment, (15)
  Development or Adaptation of Innovative Technologies to Assist
  Individuals and Institutions concerned with Educational Governance,
  Finance, Policymaking, and Management, (16) Development or
  Adaptation of Innovative Technologies to Improve Postsecondary
  Education, Libraries, and Lifelong Learning, (17) Development
  of CD ROM Interactive Software Exercises for Spoken Arabic
  or Korean Language Maintenance at the Intermediate and Advanced-high
  Levels. Exercise must be posted on the World-Wide Web, and
  (18) Development of CD ROM Software for Adult Learners in Mathematics
  Instruction for Adults at the Grade Equivalent Levels of (a)
  1 t0 5 and (b) 6 to 8. RFP 97-025 will be issued on or about
  January 13, 1997. It is anticipated that the closing date for
  receipt will be on March 17, 1997. Telephone requests should
  be placed by calling (202) 708-6498. The Request of Proposals
  can also be found on the Internet on or about the RFP issue
  date at : http://gcs.ed.gov or gopher://gcs.ed.gov. Written
  requests should be sent to the address given above. Copies
  may be picked up after the date of release. Because of tightened
  security, offerors can not enter our building on their own.
  To pick up a copy of the RFP or to drop off proposals, offerors
  shall go to the D Street exit and have the guard call the Application
  Control Center (ACC) at 708-8493 and ask to sign the offerors
  in, in order to deliver the proposals to ACC. The proposals
  will be stamped with the time and date of arrival once it arrives
  in ACC.
CITE: (I-361 SN015577)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: US ARMY ARDEC, TACOM, AMSTA-AR-PCW-B, BLDG. 10, PICATINNY
  ARSENAL NJ 07806
SUBJECT: B--CLIMATE CHANGE FUEL CELL PROGRAM
SOL 066&&&-9612-0012
POC Christine Bernosky email=cbernos, Contract Specialist, 201-724-2754,
  Paul Milenkowic, Contracting Officer,201-724-5391 (Site Code
  W15BW9)
DESC: The U.S. Army ARDEC is planning a cost sharing program
  in the form of multiple grants in support of the Climate Change
  Fuel Cell Program. This program involves using fuel cells in
  power plants to reduce greenhouse gas emissions through the
  efficien ue of fossil fuels. In an effort to reduce pollutants
  to the environment, stimulate commercialization of stationary
  fuel cell power plants, and utilize fuel cells in unique mission
  needs for DOD, Congress has established a grant program to
  support fue cell emonstration projects. The Climate Change
  Fuel Cell Program consists of installing, operating, and demonstrating
  a fuel cell. Applicants can utilize DOD or non-DOD sites; however,
  DOD installations must partner with a private entity. Priority
  w ll be given to those applicants who use a DOD installation.
  Foreign participation is limited to those entities which will
  provide power to a DOD facility within their nationalborders.
  The applicant cannot be a developer of fuel cell technology
  or a fu l cell manufacturer, and the applicant's chosen fuel
  cell power plant(s) must be manufactured in the U.S. Applicants
  who have existing, installed fuel cells at the site or who
  hav placed an order for one prior to 26 September 1994 are
  ineligible. The pplicant must identify the intended use of
  each power plant. Power plants purchased as factory packaged
  shall be full power tested prior to installation. An applicant
  shall identify the site (specific name of DOD installation,
  hospital, university, etc tera) and the intended use at the
  time of proposal submission. Prior to installation, te specific
  location at the site must be identified. The applicant may
  transfer the power plant to a third party for installation
  and operation. Prior to installati n, the applicant shall be
  responsible for supplying local National Environmental Policy
  Act-elated (NEPA-related) information to DOD and for assuring
  that its power plant(s) is (are) installed and operated in
  accordance with all regulatory requirements. Applicants must
  use a fuel cell manufacturer who has at least 2 megawatts (MW)/year
  manufacturing capability to support the project. Projects must
  be greater than 100 kilowatts (kW) and are anticipated to be
  below 400kW. The period of performnce is t ree years at which
  time the project shall operate at a rated power. The applicant
  shall provide a project schedule with each proposal. Applicants
  will be required to submit a summary report of the power plant
  installation and operational history uon s ccessful completion
  of one year of power plant operation. The report will be consistent
  with the format provided. The federal contribution will be
  $1,000/kW and shall not exceed 1/3 of the total cost of the
  program, including unit cost, installation, an pre-commercial
  operation. If partnering with a DOD installation, the remainder
  of the costs shall be borne by the private partner and payment
  of te grant will be made to the private entity. There may be
  multiple grants to each applicant , although th Government
  reserves the right to limit the number of plants to an applicant
  to provide for customer and functional diversity. Payment of
  80% of the grat shall be made upon demonstrating that the unit
  operates at the unit's maximum power capacity for 8 hours for
  the purpose identified in the project proposal. The remaining
  payment of 20% of the grant shall be issued upon submission
  of the final demonstration report. The proposal period for
  the Climate Control Fuel Cell Program grant ends 1 May 1997.
  his Broad Agency Announcement is available from the World WideWeb
  Electronic Commerce Home Page called the Procurement Network
  (ProcNet) available at the following Web address: "http://procnet.pica.army.mil/"".
CITE: (I-361 SN015533)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USPFO for South Carolina, 9 National Guard Road, Columbia,
  SC 29201-4763
SUBJECT: C--A/E INDEFINITE DELIVERY CONTRACT
SOL DAHA38-97-R-0003
DUE 021297
POC MSG Julian Watson, (803) 748-1537, Contracting Officer.
DESC: A/E indefinite delivery contract for design of various
  projects at McEntire ANG Station located approx. 12 miles east
  of Columbia, SC. Services will be required for the preparation
  of plans, specs, and cost estimates for various mechanical,
  electrical, paving and structural projects which may include
  but not be limited to rehab of buildings, replacement of HVAC
  systems, repairs to pavements, asbestos removal, new construction,
  etc. Work will consist of Type A (Investigative), Type B (Design)
  and Type C (Inspection and Testing) services for various projects.
  Total amount of all work will not exceed $1,500,000. Each work
  order will not exceed $300,000. Work orders may  be issued
  for one calendar year after award and may at the Government's
  option be extended one additional calendar year. The Government
  intended to award one firm fixed price contract to one A/E
  firm for the services required. Selection criteria, in order
  of precedence, are: (1) Professional qualifications necessary
  for satisfactory performance (2) Specialized experience and
  technical competence in the types of work required (3) Capacity
  to accomplish the work in the required time (4) Past performance
  on contracts with government agencies and private industry
  (5) Location (6) Volume of DOD work. Standard Form 254, Architect-Engineer
  and Related Services Questionnaire and  Standard Form 255,
  Architect-Engineer Related Services for Specific Project, will
  be required from firms requesting consideration for selection.
  Firms having a current SF 254 on file with the below listed
  office may respond with an SF 255 and a letter stating that
  an SF 254 is on file. All other firms must express interest
  by submitting both the SF 254 and SF 255. Interested firms
  with more than one office will indicate in which office work
  will be performed. Firms should ensure that the volume of fees
  for DOD work performed in the past 12 months is accurately
  reflected. Submit SF 254 and SF 255 to Base Contracting Officer,
  169 LGC, 135 South Carolina Road, McEntire ANG  Station, Eastover,
  SC 29044-5004. SF 254 and SF 255 must be received by close
  of business 12 February 1997. This is not an RFP.
CITE: (M-361 SN015516)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH
  STREET, KANSAS CITY MO 64106-2896
SUBJECT: C--IDT CONTRACT FOR PLANNING, ENGINEERING AND ENVIRONMENTAL
  (NEPA) PROGRAMS WITHIN THE KANSAS CITY DISTRICT
SOL EPXXXX-6324-0101
POC Contract Specialist Georgann Butler (816) 426-5542 (Site
  Code DACW41)
DESC: CORRECTION: Reference original publication of solicitation
  previously published in CBD Issue 20 December 1996. Original
  publication is modified to change the date of submitting SF
  255 at the close of business on 21 January 1997. All other
  informationreflected in the 20 December 1996 CBD
CITE: (I-361 SN015538)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Officer, F.E.M.A. Region 10, 130--228TH ST
  SW, Bothell, WA 98021
SUBJECT: C--A&E SERVICES FOR THE FEDERAL REGIONAL CENTER, BOTHELL,
  WA
SOL EMS-97-IB-0001
DUE 013197
POC William D. Webb, (206) 487-4769.
DESC: This  contract is for design services on a task order basis
  for the Federal Regional Center in Bothell, WA. This will cover
  the remainder of  Fiscal Year 1997 with two option years. Interested
  firms should request  a  Synopsis  of Work and Evaluation Criteria
  from the Contracting Officer  on their company letterhead.
  Standard form 255 and 254 are required and will be accepted
  through 31 January 1997. This is a 100% Small Business Set-Aside.
CITE: (M-361 SN015546)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom
  AFB, MT 59402-6863
SUBJECT: C--ARCHITECT-ENGINEER (A-E) SERVICES, MISCELLANEOUS
  ENVIRONMENTAL DESIGN SERVICES, MALMSTROM AFB, MT
SOL F24604 97 R0002
POC Jan Wenaas, Contract Administrator, (406) 731-4007 or Mr.
  Russell A. Bryan, Contracting Officer, (406) 731-4008.
DESC: Description of Project: Architect Engineer services are
   required for the design of miscellaneous environmental compliance
  projects and supporting services at Malmstrom AFB, Montana.
  An open end contract will be issued for a period of one (1)
  year with the possibility of (4) four, one year option periods.
  Projects will be issued to the A-E  firm by delivery orders.
  Individual delivery orders will not exceed  $299,000 (NTE $495,000
  per year) and the cumulative total for the base year and all
  option years shall not  exceed  $2.475 million. Delivery orders
  will be issued as the need arises during the course of the
  contract period. Design services may include preparation of
  construction documents; including preliminary investigation,
   surveys, engineering and evaluation, plans, specifications
  and cost estimates for remediation efforts. Investigative services
  such as site and/or building investigation, inspections and
  testing, preparation of studies and reports, site characterization,
  remedial design and  risk assessment or other preliminary documentation
  as needed and  related to project design  may be included.
  As part of the Engineering Services, there is the possibility
  of encountering asbestos, lead and other hazardous waste. Projects
  may include various  combinations of disciplines. A minimum
  of $15,000 in fee work will be issued under this contract.
  A firm fixed price A-E contract (indefinite delivery) will
  be used. Significant selection criteria, in relative order
  of importance include: (1) Experience. Specialized experience
  and personnel  qualifications are required to design in support
  of environmental compliance projects. This may include, but
  is not limited to knowledge of current EPA rules and regulations,
  surveying, site investigation, sampling, testing, identification,
  remedial design and removal of various substances and conditions
  such as asbestos, PCB's, ethylene glycol and other toxic contamination,
  and hazardous substances/wastes in soil, water and air. (2)
  Excellence of work. Past experience of any firm with respect
  to performance on DOD contracts or other contracts of similar
  type work shall be considered. (3)  Capability. Firm has adequate
  qualified personnel to cover all applicable disciplines or
  has adequate qualified affiliates and associates to  accomplish
   the proposed work. (4) Location. Firm has primary design staff
  within eight (8) hours driving time of Malmstrom AFB, Mt. (5)
  Prior DOD Awards. Past experience with respect to performance
  of work  on DOD contracts, including volume of DOD work shall
  be considered. (6) Disadvantaged Small Business Firms. Socially
  and economically disadvantaged firms will be rated higher than
  those not economically or socially disadvantaged. (7) Dollar
  Value of Prior DOD Awards. Firms that have lower dollar values
  of DOD  awards during the past three years will be given a
  higher rating than those having higher dollar value awards.
  (8) Availability. A declaration of availability shall be provided
  by the firm to accept work when desired by the Government and
  the capacity to accomplish work in the required time as dictated
  by State and  Federal Regulatory Agencies. (9) Recycle and
  Energy. Demonstrated success in prescribing the use of recovered
  materials and achieving waste reduction and energy efficiency
  in  facility design. Architect Engineer firms  that meet the
  requirements described in this announcement are invited to
  submit a completed SF 254 and SF 255, U.S. Government Architect
  Engineer Qualifications, to the office identified in this announcement.
  Firms responding by the close of business on 23  January 1997
  will be considered. No other general notification to firms
  under consideration will be made and  no  further action is
  required. This is not a request for proposal. The proposed
  acquisition  listed herein is open to both large and small
  business concerns. Standard Industrial  Classification Code
  (SIC) 8711 applies. See Note 24.
CITE: (M-361 SN015503)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DFAS-Cleveland Code MC, 1240 E. 9th St., Cleveland, OH
  44199-2055
SUBJECT: D--DATA ENTRY SERVICES, NONPERSPONAL SERVICES TO ENTER
  DATA FROM SOURCE DOCUMENTS
SOL HQ0103-97-Q-0403
DUE 011097
POC POC: Frank Troha (216) 522-6600/Bob Ludvik (216) 522-6845
DESC: The response date has been extended to January 10, 1997,
  5:00 p.m. EST. Refer to CBD posting of November 26, 1996 for
  additional details. 
CITE: (W-361 SN015471)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: 38lS/LGCW, 4009 Hilltop Rd Ste 109, Tinker AFB OK 73145-2713
SUBJECT: D--REGULATED- PRIVATE LINE SERVICE, TRUNKING SERVICE
  AND BUSINESS LINE SERVICE FOR SWANTON, OH.
SOL N/A
POC Contact Point Lily Block , 38 LS/LGCX, (405) 734-9297, Contract
  Specialist or Contracting Officer Cynthia J. Obermeyer, (405)
  734-9759
DESC: The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for Swanton OH. The
  intended contractor is AMERITECH, shall provide the following
  services: (1) Commercial trunks and commercial business lines,
  for common user dial service within the local exchange area.
  (2) Inter/Intra Exchange Channel/Mileage from the base to various
  off premise locations throughout the local exchange area. The
  period of performance shall be five years from the date of
  contract award. The primary place of performance will be Swanton
  OH. This acquisition is conducted under the Air Force's regulatory
  delegation of GSA's exclusive procurement authority for Federal
  Information Processing (FIP) resources. This sole source acquisition
  is justified under 10 U.S.C. 2304 (c) (1). AMERITECH is the
  only local exchange carrier (LEC) who has the approval of the
  Ohio Public Service Commission to provide the required telephone
  service within the Local Access and Transport Area (LATA).
  The Government intends to issue a Communication Service Authorization
  (CSA) written against the Defense Commercial Communications
  Office (DECCO) basic agreement DCA200-91-H-0016. Note 22.

CITE: (W-361 SN015480)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: National Institute of Standards & Technology, Acquisition
  and Assistance Division, Building 301, Room B117, Gaithersburg,
  MD  20899
SUBJECT: D--G-7 INFORMATION SOCIETY SME PROJECT
SOL 52SBNB7C1058
POC Patrick Staines, (301) 975-6335/C.O. Sandra Febach
DESC: The National Institute of Standards & Technology (NIST)
  has been designated by the G-7 as coordinator of theme 10,
  sub-theme 3, "testbeds for electronic data interchange/electronic
  commerce." NIST intends to purchase services as "Head of Delegation"
  of the G-7 Information Society Small and Medium-sized Enterprises
  (SME) Project. The project has electronic interchange of global
  information projects of importance to NIST/Information Technology
  Labratory. The project is driven by the explicit needs of SMEs,
  and builds on existing activities and organizations to the
  extent that this is possible. It supports initiatives aimed
  at filling the SME information gap, promotes the use of electronic
  information networks by SMEs, and encourages the private sector
  to develop and demonstrate interoperable electronic collaborative
  working marketing a trade that will rapidly and significantly
  increase efficiency and global trade. NIST intends to purchase
  these services on a sole source basis in accordance with FAR
  6.302-1 from Mr. James A. Johnson, Rockville MD. Required services
  include: Monitor, manage, and lead the G-7 Electronic Commerce
  SME work for the United States; ensure progression of registration
  of SME Electronic Commerce testbeds/pilot projects; review
  all G-7 testbeds/pilot project submissions and thus ensure
  accuracy and validity; coordinate with the Contracting Officer's
  Technical Representative (COTR) to ensure adequate management
  of SME Electronic Commerce Registration; provide preliminary
  planning and support in preparation for U.S. representation
  and participation at the G-7 Electronic Commerce working group
  and the summit on Electronic Commerce to be held in Bonn, Germany,
  in April 1997; answer public inquiries on the SME Electronic
  Commerce Theme 10, sub-theme 3. Period of performance is date-of-award
  through October 31, 1997. Option period covers the period of
  November 1, 1997 through July 31, 1998. This notice of intent
  is not a request for competitive proposals. Responses received
  as a result of this notice will normally be considered solely
  for the purpose of determining whether to conduct a competitive
  procurement. Responses shall contain sufficient documentation
  to establish a bonafide capability to fullfill the requirements.
  A determination by the government not to compete this proposed
  contract based upon responses to this notice is solely within
  the discretion of the government. A solicitation is not available.
  See Numbered Note 22.
CITE: (I-361 SN015587)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713
SUBJECT: D--LOCAL EXCHANGE SERVICES FOR (333 RCS/RSS) USAF RECRUITING
  STATIONS IN STATE OF FLORIDA: ALTAMONTE SPRINGS, LEESBURG,
  NAPLES, PORT CHARLOTTE, FT MYERS, AND PUNTA GORDA 
SOL N/A
DUE 012897
POC Hope Foreman, Contract Specialist, 38 LS/LGCX, 405 734-9297
DESC: This is a sources sought market survey synopsis for vendors
  certified by the Florida Public Utility Commission to provide
  local telephone exchange services. The primary service requirement
  is local access and extended service area (ESA) for commercial
  business lines, transport channel services, and related functions
  at the USAF Recruiting Stations stated above. These exchange
  services do not include residential or business services for
  non-government entities co-located with the USAF Recruiting
  Station.  These USAF Recruiting Station are presently serviced
  by exchange (352) 728, (941) 793, 625, 278, and (407) 682,
  provided by United Telephone CO. The current quantity of business
  lines serving these Recruiting Offices are 12. Local exchange
  services are required to enable Government users to access
  the following: local and intra-LATA exchange areas, and interconnection
  with inter-LATA exchange carriers. The local exchange service
  shall include business centrex software and features, such
  as DTMF dialing, call forwarding, caller ID and/or voice mail.
  The vendor shall provide number portability for the current
  directory numbers. Requirements for new directory numbers shall
  be within the existing NXX until exhausted. Access to the local
  exchange shall include Emergency 911 services and functions.
  The vendor shall provide access to directory number information,
  e.g. NPA-555-1212 and/or 411. The vendor shall provide access
  to operator services for subscriber line verification or barge-in,
  extend to long distance providers, and assistance with other
  exchange access functions. Demarcation of commercial business
  lines shall be at the recruiting office and shall include the
  end instrument. If ISDN BRI are installed, the U-Loop shall
  be extendible into the Recruiting Office to install NT1 interfaces.
  The vendor shall provide and arrange billing in monthly increments
  itemized by directory number. Billing shall be provided in
  paper format.  Firms interested in providing local exchange
  services for these USAF Recruiting Stations are requested to
  provide a summary of technical and financial information concerning
  their certifications (by type i.e., facility or non-facility
  based by service area, applicable tariffs, capabilities, experience
  (current services or contracts to include points of contact),
  hardware assets and access to switched services and corporate
  background in the telecommunications industry. Offerors must
  provide specific information as to how the services listed
  in this synopsis would or could be satisfied. Only firms submitting
  acceptable technical and financial statements or resumes will
  be solicited or considered for competitive proposals or evaluation
  and selection under multiple tariffed services. Responses should
  be limited to approximately 25 pages or less. All replies should
  be forwarded to the contracting officer.  Sources Sought
  announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx
  under the Specialized Contracting Section, CSA Branch. All
  questions and replies should be forwarded to the contracting
  officer 38LS/LGCX, Attn: Ms. Cynthia J. Obermeyer, 4022 Hilltop
  Road, Ste 204, Tinker AFB, OK 73145-2713, Ph 405-734-9297 (Fax
  405-734-9537) or e-mail Cindy.Obermeyer@mailgate.eiw38.af.mil.
   Responses to the synopsis are due by 28 Jan 97 
CITE: (W-361 SN015475)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: F--LABORATORY ANALYSIS OF HTRW SAMPLES, RAPID TURNAROUND
SOL DACW43-97-R-0703
DUE 022897
POC Contract Specialist, JO ANN C. MORITZ, (314) 331-8507; Contracting
  Officer, JOAN F. SCHICK, (314) 331-8505 (Site Code DACW43)
DESC: Indefinite delivery contract for professional technical
  laboratory services to include performance of hazardous, toxic
  and radioactive analyses on Government-collected samples. Samples
  shall be picked up by contractor personnel at the St. Louis
  Distrct Service Base, St. Louis, Missouri, properly packed,
  and transported to the contractor's laboratory. All laboratory
  analysis shall be performed with turnaround times of either
  30 hours or five days. The significant evaluation factors include
  expertise, eperience, geographic proximity, and past performance.
  The contract will be for a period of one (1) year with an option
  to renew for four (4) additional one (1) year periods. Contract
  value not to exceed $2,000,000.00 per contract year with a
  maximum delivery order amount of $250,000.00. The guaranteed
  minimum amount is $40,000.00 during the base year and $20,000.00
  for each option year. Solicitation expected to b available
  January 29, 1997. Written requests are appreciated and may
  be sent via facsimile to the attention of the Contract Specialist
  at FAX number 314-331-8746. All responsible sources may submit
  an offer which will be considered by the agency.
CITE: (I-361 SN015537)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services--Potential
  Sources Sought
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration, 1325 East West Highway - Station 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: F--FISHERIES RESOURCE MANAGEMENT SERVICES
SOL 6-421601
POC Sandy Souders, Lawrence Frazier (301) 713-0854
DESC: The U.S. Dept. of Commerce/NOAA/NMFS intends to negotiate
  on a sole source basis with Pacific States Marine Fisheries
  Commissionat 45 S.E. 82nd Ave,, Ste. 100, Gladstone OR. for
  modification of Pacific States Marine Fisheries Commission's
  existing purchase order for continued facilitation and production
  of a national Bycatch Plan for the National Marine Fisheries
  Service thus ensuring that the Bycatch Plan integrates the
  regional perspectives into a national plan that will provide
  a Bycatch Plan that is complete and balanced in its approach
  to national and regional bycatch research and management issues.
  No solicitation document exists, therefore a request for such
  document will not be considered. Award will be made under Simplified
  Acquisition Procedures. (Reference No. 6-421601)
CITE: (I-360 SN015447)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: G--OPERATION OF GOVERNMENT OWNED FITNESS CENTER
SOL SP3200-97-Q-0023
DUE 012497
POC Patty Smith, Purchasing Agent, 209-982-2407 or Regina Cox,
  Contracting Officer, 209-982-2404.
DESC: Contractor to provide all labor, personnel and supervision
  required to operate Government Owned Fitness Center located
  at Defense Distribution Region West (DDRW) - Tracy Facility,
  Warehouse 18 (Bubble), Chrisman Road, Tracy California, in
  accordance with statement of work provided. Standard Industrial
  Code is 7991, size standard $5.0 million. All responsible offers
  will be considered. Only written requests will be accepted
  and may be faxed to 209-982-2450 or mailed to the contracting
  office. 
CITE: (W-361 SN015527)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: J--PMI'S, CALIBRATIONS, ON-CALL REMEDIAL MAINT ON X-RAY
  EQUIPM.
SOL F4163697R0020
DUE 012897
POC Susan J Edwards, (210) 671-1752
DESC: Nonpersonal Services for Preventative Maintenance Inspections,
  Calibrations, On Call Remedial Maintnenace, As needed parts,
  As needed Glassware, and Service for government owned X-ray
  Equipment. Manufacturers are as follows: Acuson, Inc., Hewlett
  Packard Company, Advanced Technology Labs, Dornier Medical,
  Phillips Medical Systems, Agfa/Matrix Division, Adac Laboratories,
  Picker International, Packard Instruments, General Electric,
  ICN Micromedical, Pharmacia Fine Ch, Fisher Imaging, and Minnesota
  Mining. Place of Performance is 59th Medical Wing (Wilford
  Hall Medical Center), Lackland Air Force Base, Texas. Period
  of performance is 1 October 1997 through 30 September 1998
  with four one year options. A firm fixed price contract is
  contemplated. Only written requests for solicitation will be
  accepted. Requests may be faxed to (210) 671-3360 or (210)
  671-5064.
EMAILADD: Susan Edwards@cons@lak-aetc
EMAILDESC: 
CITE: (W-361 SN015483)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 38lS/LGCVO, 4022 Hilltop Rd Ste 112, Tinker AFB OK 73145-2713
SUBJECT: J--MAINTENANCE, OPERATION, AND RECURRING SUPPORT SERVICES
  OF BASE TELECOMMUNICATIONS SYSTEMS AT NIAGARA FALLS AFS NY
SOL F34608-97-R-0016
DUE 040497
POC Sherry Herbel (405) 734-9399 or Contracting Officer: Hugh
  P. Young (405) 734-9399
DESC: This modification is to correct the office address in the
  original synopsis published on December 20, 1996 from Materials
  Systems Contracting Division at Wright Patterson AFB OH 45433-5006
  to 38 LS/LGCVO, 4022 Hilltop Rd, Tinker AFB, OK 73145-2713

CITE: (W-361 SN015580)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Supply Directorate, Contracting Department, Supply MCAS,
  PSC Box 8018, Cherry Point, NC 28533-0018
SUBJECT: K--MODIFICATION OF TEST STANDS FIVE AND SIX OF THE AUTOMATED
  HYDRAULIC TEST SYSTEM
SOL N00146-97-R-0002
POC Willie Humphrey, Contract Specialist (SUL 1D), (919) 466-2895,
  FAX (919) 466-3571, Paula Robinson, Contracting Officer, (919)
  466-2846.
DESC: The Naval Aviation Depot, Marine Corps Air Station, Cherry
  Point, NC has submitted a requirement for modification of Test
  Stands Five and Six in the Automated Hydraulic Test System
  located in Building 133 of the Naval Aviation Depot, to accommodate
  testing servo controlled hydraulic pumps. Requirement shall
  be completed 120 days after contract award. Provide Cage Code
  and CEC with request. Faxed requests for solicitation packages
  are desired. Sole source award is anticipated, however, all
  responsible sources may submit  an offer which shall be considered.
  Tentative closing date for solicitation is 97 FEB 03. See numbered
  Note 22.
CITE: (M-361 SN015501)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Morale, Welfare & Recreation Department, Naval Support
  Activity Memphis, P.O. Box 54278, BLDG N27, Millington, TN
  38054-0278
SUBJECT: M--OPERATION AND  MAINTENANCE OF GOVERNMENT OWNED FACILITY;
  TO RENOVATE EXISTING MOVIE THEATRE BUILDING WITH ADDITIONAL
  CONSTRUCTION AS REQUIRED, TO CONVERT A TWO THEATRE BUILDING
  INTO A MULTIPLEX THEATRE THAT WILL BE OPEN TO THE PUBLIC. THE
  CONTRACT WILL BE LET  FOR TEN YEARS WITH TWO ADDITIONAL FIV
SOL RFP-97-0001
DUE 060197
POC Mark Hasara, (901) 873-5163 Ext 133/Contracting Officer.
DESC: This Request for Proposal  (RFP)/Solicitation will be made
  available upon request to all offerors that respond no later
  than 1:00 P.M. local time 10 February 1997. This RFP is for
  a Multiplex Theatre Operation that will be open to the public.
  These services include the renovation, construction as required,
  to convert a two movie theatre building into a multiple theatre
  operation with restaurant and game rooms in accordance with
  the terms and provisions of the RFP. Offerors will be required
  to attend an on site visit and prepro-posal conference at 10:00
  A.M. 13 February  1997.  All proposals must be mailed to the
  following address and received by the Contracting Officer no
  later than 5:00 P.M. 30 May 1997:  NAVAL SUPPORT ACTIVITY MEMPHIS;
   MORALE, WELFARE, AND RECREATION DEPARTMENT; P.O. BOX 54278
  BLDG N-27; MILLINGTON, TN. 38054-0278; ATTN: MARK A. HASARA,
  CONTRACTING OFFICER; TELEPHONE: (901) 873-5163 EXT 133; MWR
  DEPARTMENT, NSA MEMPHIS IS AN EQUAL OPPORTUNITY EMPLOYER.
CITE: (M-361 SN015585)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Department of Veteans Affairs Palo Alto Health Care Syestem,
  Palo Alto, CA 94304
SUBJECT: N--INSTALLATION OF DEIONIZATION (DI) WATER SYSTEM
SOL 640-49-97
DUE 021497
POC Angie Aying
DESC: Provide all materials, labor, tools, equipment, supervision,
  transportation and travel to install a complete Deionization
  Water System. Also to provide training on complete operation
  and maintenance of system. This is an 8(a) set-aside. Only
  written or faxed (415/852-3443) requests for solicitation will
  be accepted. Issue date is 1/13/97.
CITE: (I-361 SN015567)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Department of Veteans Affairs Palo Alto Health Care Syestem,
  Palo Alto, CA 94304
SUBJECT: N--INSTALLATION OF DEIONIZATION (DI) WATER SYSTEM
SOL 640-49-97
POC Angie Aying
DESC: Solicitation number 640-49-97 is cancelled.
CITE: (I-361 SN015571)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: P--SALVAGE SERVICES
SOL N00604-97-R-1001
DUE 021397
POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist,
  Robert S. Kay, Contracting Officer
DESC: Services required for comprehensive reduction and disposal
  of radioactive waste. Services to include processing of radioactive
  waste by super compaction, incineration or by recycling radioactively
  contaminated metals by foundry melting to maximize volume reduction
  and minimize disposal cost for Pearl Harbor Naval Shipyard;
  DLA exclusion per DOD supplement 208.7003-2(g)(1). Must possess
  a Nuclear Regulatory Commission or agreement state license
  for possession, storage, processing and disposal of radioactive
  material, including provision for transportation of material
  in compliance with Federal, State and Local requirements. Resulting
  contract will be a Requirement type contract; various shipments
  to contractor site. Period of performance effective upon date
  of award, and the ordering period shall continue in effect
  during the period ending 12 months after date of contract unless
  terminated in accordance with other provisions. Base period
  with one option year. The government intends to include clause
  FAR 52.217-8, Option to Extend Service, in the solicitation.
  Note 26 applies. No telephone requests for the solicitation
  package will be accepted. All responsible sources may submit
  a proposal which shall be considered by the agency. Requests
  may be made by writing the contracting office above or sending
  a facsimile request to (808) 471-5750. Requester to provide
  name, address, telephone, and fax number.
CITE: (I-360 SN015458)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: P--SALVAGE SERVICES
SOL N00604-97-R-1001
DUE 021397
POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist,
  Robert S. Kay, Contracting Officer
DESC: Services required for comprehensive reduction and disposal
  of radioactive waste. Services to include processing of radioactive
  waste by super compaction, incineration or by recycling radioactively
  contaminated metals by foundry melting to maximize volume reduction
  and minimize disposal cost for Pearl Harbor Naval Shipyard;
  DLA exclusion per DOD supplement 208.7003-2(g)(1). Must possess
  a Nuclear Regulatory Commission or agreement state license
  for possession, storage, processing and disposal of radioactive
  material, including provision for transportation of material
  in compliance with Federal, State and Local requirements. Resulting
  contract will be a Requirement type contract; various shipments
  to contractor site. Period of performance effective upon date
  of award, and the ordering period shall continue in effect
  during the period ending 12 months after date of contract unless
  terminated in accordance with other provisions. Base period
  with one option year. The government intends to include clause
  FAR 52.217-8, Option to Extend Service, in the solicitation.
  Note 26 applies. No telephone requests for the solicitation
  package will be accepted. All responsible sources may submit
  a proposal which shall be considered by the agency. Requests
  may be made by writing the contracting office above or sending
  a facsimile request to (808) 471-5750. Requester to provide
  name, address, telephone, and fax number.
CITE: (I-361 SN015565)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: P--SALVAGE SERVICES
SOL N00604-97-R-1001
DUE 021397
POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist,
  Robert S. Kay, Contracting Officer
DESC: Services required for comprehensive reduction and disposal
  of radioactive waste. Services to include processing of radioactive
  waste by super compaction, incineration or by recycling radioactively
  contaminated metals by foundry melting to maximize volume reduction
  and minimize disposal cost for Pearl Harbor Naval Shipyard;
  DLA exclusion per DOD supplement 208.7003-2(g)(1). Must possess
  a Nuclear Regulatory Commission or agreement state license
  for possession, storage, processing and disposal of radioactive
  material, including provision for transportation of material
  in compliance with Federal, State and Local requirements. Resulting
  contract will be a Requirement type contract; various shipments
  to contractor site. Period of performance effective upon date
  of award, and the ordering period shall continue in effect
  during the period ending 12 months after date of contract unless
  terminated in accordance with other provisions. Base period
  with one option year. The government intends to include clause
  FAR 52.217-8, Option to Extend Service, in the solicitation.
  Note 26 applies. No telephone requests for the solicitation
  package will be accepted. All responsible sources may submit
  a proposal which shall be considered by the agency. Requests
  may be made by writing the contracting office above or sending
  a facsimile request to (808) 471-5750. Requester to provide
  name, address, telephone, and fax number.
CITE: (I-361 SN015566)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: P--SALVAGE SERVICES
SOL N00604-97-R-1001
DUE 021397
POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist,
  Robert S. Kay, Contracting Officer
DESC: Services required for comprehensive reduction and disposal
  of radioactive waste. Services to include processing of radioactive
  radioactively contaminated metals by foundry melting to maximize
  volume reduction and minimize disposal costs for Pearl Harbor
  Naval Shipyard; DLA exclusion per DOD Supplement 208.7003-2(g)(1).
  Must process a Nuclear Regulatory Commission or agreement state
  license for possession, storage, processing and disposal of
  radioactive material, including provision for transportation
  of material in compliance with Federal, State and Local requirements.
  Resulting contract will be a Requirements type contract; various
  shipments ot contractor site. Period of performance effective
  upon date of award, and the ordering period shall continue
  in effect during the period ending 12 months after date of
  contract unless terminated in accordance with other provisions.
  Base period with one option year. The government intends to
  include clause FAR 52.217-8, Option to Extend Service, in the
  solicitation. Note 26 applies. No telephone requests for the
  solicitation package will be accepted. All responsible sources
  may submit a proposal which shall be considered by the agency.
  Requests may be made by writing the contracting office above
  or sending a facsimile request to (808) 471-5750. Requester
  to provide name, address, telephone, and facsimile number.
CITE: (I-361 SN015568)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: P--SALVAGE SERVICES
SOL N00604-97-R-1001
DUE 021397
POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist,
  Robert S. Kay, Contracting Officer
DESC: Services required for comprehensive reduction and disposal
  of radioactive waste. Services to include processing of radioactive
  waste by super compaction, incineration or by recycling radioactively
  contaminated metals by foundry melting to maximize volume reduction
  and minimize disposal costs for Pearl Harbor Naval Shipyard;
  DLA exclusion per DOD Supplement 208.7003-2(g)(1). Must possess
  a Nuclear Regulatory Commission or agreement sate license for
  possession, storage, processing and disposal of radioactive
  material, including provisions for transportation of material
  in compliance with Federal, State and Local requirements. Resulting
  contract will be a Requirements type contract; various shipments
  to contractor site. Period of performance effective upon date
  of award, and the ordering period shall continue in effect
  during the period ending 12 months after date of contract unless
  terminated in accordance with other provisions. Base period
  with one option year. The government intends to include clause
  FAR 52.217-8, Option to Extend Service, in the solicitation.
  Note 26 applies. No telephone requests for the solicitation
  package will be accepted. All responsible sources may submit
  a proposal which shall be considered by the agency. Requests
  may be made by writing the contracting office above or sending
  a facsimile request to (808) 471-5750. Requester to provide
  name, address, telephone and fax number.
CITE: (I-361 SN015572)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: U.S. Public Health Service, Indian Health Service, 505
  Marquette, N.W., Suite  1502, Albuquerque, New Mexico 87102
SUBJECT: Q--HOSPITAL SERVICES/WHITE MESA
DUE 020197
POC Veronica Zunie, Contract Specialist, (505) 248-5660 or Diego
  G. Lujan,  Contracting Officer, (505) 248-5656.
DESC: The Albuquerque Area Indian Health will be negotiating
  exclusively with the American Surgicare, Inc., 5263 South 300
  West, Suite 103, Salt Lake City, Utah 84107, for hospital 
  services for general and specialized, and emergency room medicine.
  Services to be provided to Contract Health Service (CHS) eligible
  Native American Indian patients of the Towaoc Health Center
  who reside in the White Mesa, Utah, a portion of the Ute Mountain
  Ute Indian Reservation. The  Government  will be awarding an
  indefinite requirements contract for a base year with four-year
  options for renewal. Request for Proposal package is not available.
  Announcement of the  acquisition is for information purposes
  only. See referenced numbered note 22.
CITE: (M-361 SN015511)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services--Potential Sources Sought
OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014
SUBJECT: Q--SERVICES TO SUPPORT VACCINE DEVELOPMENT AND TESTING
  PROVIDING SAMPLE PROCESSING, RETRIEVAL AND STORAGE FOR ONGOING
  VACCINE THERAPY TRIALS.
SOL DAMD17-97-R-0007
DUE 021897
POC Contract Specialist Monica J. Pileggi (301)619-2377; Raegon
  B. Clutz, Contracting Officer, 301-619-2395 (Site Code DAMD17)
DESC: The contractor shall provide laboratory processing of clinical
  specimens and maintain a repository of clinical samples for
  the Military Retrovirology Research Program, Division of Retrovirology,
  Walter Reed Army Institute of Research, Washington, DC.These
  samples will be in the form of whole blood and other body fluids
  such as semen, vaginal secretions and oral secretions. This
  procurement will be full and open competition procedure. The
  SIC code for this requirement is 8734 and $5.0 million. The
  basecontract period will be for two years with three one year
  options. Limited quantities of the solicitation are available.
  Requests will be filled on a first-received, first-filled basis.
  Requests for the solicitation shall be made in writing and
  shall reference Solicitation Number DAMD17-97-R-0007. Requests
  may be faxed to (301) 619-2937.
CITE: (I-361 SN015534)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DFAS-Cleveland Code MC, 1240 E. 9th St., Cleveland, OH
  44199-2055
SUBJECT: R--MAIL SERVICES, NONPERSONAL SERVICES TO RECEIVE, SORT,
  OPEN AND DISTRUBUTE MAIL
SOL HQ0103-97-Q-0404
DUE 011097
POC POC: Frank Troha (216) 522-6600/Bob Ludvik (216) 522-6845
DESC: The response date has been extended to January 10, 1997
  5:00 p.m EST.  Refer to CBD posting of November 26, 1996 for
  additional details. 
CITE: (W-361 SN015472)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Dept. Of HUD, Ofc. Of Procurement & Contracts, Admin.
  Support Div. (ARCA), 451 7th St., Sw, Rm. 5266, Washington,
  DC 20410-3000
SUBJECT: R--TECHNICAL/ADMINISTRATIVE SUPPORT
SOL AMI70000058
DUE 011797
POC Isabel Pearson, Contract Specialist (202) 708-1772 Ext. 109,
  Kenneth L. Dosier, Contracting Officer (202) 708-1772 Ext.
  119, Facsimile number: (202 708-2933
DESC:  The U.S. Department of Housing and Urban Development,
  Office of Information Technology is seeking a contractor to
  provide technical/administrative support services, including
  the ultization of an automated source selection evaluation
  system for the evaluation of proposals. The period of performance
  covers the period of 01/23/97 through 04/23/97. This procurement
  is estimated under $100,000.00. Request for Quotation, Statement
  of Work, and Technical Evaluation Factors will be available
  on January 09, 1997.
LINKURL: http://www.hud.gov/cts/ctsoprty.html
LINKDESC: 
  Contracting Opportunities Web Page
EMAILADD: Isabel_C._Pearson@hud.gov
EMAILDESC: 
CITE: (W-361 SN015497)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014
SUBJECT: R--MATERIEL FIELDING SUPPORT SERVICES TO EQUIP, MODERNIZE,
  CONVERT, TRANSFER, AND INACTIVATE APPROXIMATELY 280 UNITS IN
  THE UNITED STATES, EUROPE, JAPAN, KOREA, AND SOUTHWEST ASIA
SOL DAMD17-97-R-0002
DUE 020397
POC Contract Specialist Cathy I. Collins (301) 619-2383 or Contracting
  Officer Raegon B. Clutz (301) 619-2395 (Site Code DAMD17)
DESC: In reference to: Materiel Fielding Support Services to
  Equip, Modernize, Convert, Transfer and Inactivate approximately
  280 units in the Unites States, Europe, Japan, Korea and Southwest
  Asia, published in the CBD on 23 December 1996, all requests
  fo this requirement shall be made in writing and can be faxed
  to 301/619-2937, and shall reference solicitation number DAMD17-97-R-0002.
CITE: (I-361 SN015535)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: R--HAZMART
SOL F32604-97-R0013
DUE 021297
POC SSgt Gerald Jacobs, (701)723-4183 or Delores D. Smith, (701)723-3829
DESC: CANCELLATION OF THE SOLICITATION: This solicitation is
  cancelled in its entirety. There is no longer a need for this
  requirement. 
CITE: (W-361 SN015560)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Education, Grants and Contracts Services,
  7th & D Streets, SW, Room 3633, ROB Washington, D.C. 20202-4337
SUBJECT: R--DRAFT STATEMENT OF WORK FOR THE NATIONAL CLEARINGHOUSE
  ON EDUCATIONAL FACILITIES
SOL RFP-N/A
POC Lenox Coles, Jr., Contract Specialist, 202-708-9771.
DESC: The U.S. Department of Education has a need for the development
  and operation of a National Clearinghouse on Educational Facilities.
  The draft statement of work has been placed on the U.S. Department
  of Education's Internet site for comments by potential offerors
  and users. COMMENTS WILL BE ACCEPTED UNTIL JANUAURAY 17, 1997.
  This draft statement of work will available at the GCS Web
  Internet site from the Contracts Information/Contract Documents
  On-line page. Internet addresses are http://gcs.ed.gov or gopher://gcs.ed.gov.
  The documents will be also available for dial-up computer users
  on ED Board BBS from the Contracts RFP's and Work Statements
  On-line menu. The BBS phone number is (202) 260-9950. The BBS
  has four 14,400 bps modems (settings:8-n-1). New users create
  their Id and password at logon. For questions only on GCS Web
  or ED Board BBS, contact Audrey Hawkins or George Wagner at
  202-708-6775.
CITE: (I-361 SN015578)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Postal Service, Purchasing Service Center, Attn:
  Manager, 2 Hudson Place, Hoboken, NJ 07030-5515
SUBJECT: S--RUBBISH REMOVAL SERVICES
SOL 335660-97-A-005
DUE 013197
POC Julia Ramos, (201) 217-2218.
DESC: Rubbish removal services at four (4) Long Island District
  offices. The period of performance is one (1) year with two
  (2) one year option renewals. Contractor must provide all supplies
  and equipment necessary to perform required services. Request
  for solicitation must be in writing and received within 10
  days after the date of this notice or until supply is exhausted.
CITE: (M-361 SN015521)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: S--CUSTODIAL SERVICES FOR FORT DRUM COMMISSARY LOCATED
  IN NEW YORK
SOL DECA01-97-T-0156
DUE 121696
POC Contract Specialist Missy Rios (804) 734-8653 FAX (804) 734-8669
  (Site Code DECA01)
DESC: Modification: Solicitation Number DECA01-97-T-0156 is hereby
  cancelled in its entirety. Custodial services for the Fort
  Drum Commissary are no longer needed at this time.
CITE: (I-361 SN015532)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. ARMY CORPS OF ENGINEERS, ST. PAUL DISTRICT, 190
  FIFTH STREET EAST, ST. PAUL MN 55101-1638
SUBJECT: S--OPERATE AND MAINTAIN SEWAGE TREATMENT PLANTS AND
  POTABLE WATER SYSTEMS
SOL DACW37-97-B-0003
DUE 021297
POC Contract Specialist DAWN M. LINDER (612) 290-5407 Contracting
  Officer DENISE M. McCARTHY (612) 290-5409 (Site Code DACW37)
DESC: Operation and maintenance service for four sewage treatment
  plants and six potable water supply systems at the recreation
  areas in the Upper Mississippi Headwaters area, Minnesota.
  The basic period of performance shall commence April 1, 1997
  and contnue through September 1997, with the exception of one
  site where the ending date shall be October 20, 1997. Option
  to extend the term of the contract for four additional performance
  periods will be at the discretion of the Government. This procurement
  is 10% set-aside for Small Business Concerns. SIC Code - 4952;
  the Small Business Size Standard for this procurement is $5
  million average annual receipts for the previous 3 fiscal years.
  The solicitation package for this procurement is expected to
  be available approximately January 13, 1997, with bid opening
  on or about February 12, 1997. There is no charge for this
  solicitation package. Documents may be obtained b written request
  only. Please address your order to the attention of the Contracting
  Division (address as listed above) and specify Solicitation
  No. DACW37-97- B-0003 when ordering. No telephone request will
  be accepted. The solicitation documents are avaiable on a first-come,
  first-serve basis and may be picked up in person in the Contracting
  Division Office, on the 8th floor of the U.S. Army Corps of
  Engineers Centre, Monday through Friday, 7:30 a.m. to 3:30
  p.m. Please call to verify the availability of documents.
CITE: (I-361 SN015536)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Southampton Office Park,
  Suite A-190, 928 Jaymore Road, Southampton, PA 18966
SUBJECT: T--OFFSET PRINTING
SOL Program 3203-S
DUE 012297
POC Mrs. Hytha Benton (215) 364-6465; Contracting Officer--James
  T. Reingruber (215) 364-6465.
DESC: Single award term contract for period 2/1/96 to 1/31/97.
  U.S. Army War College--Course Materials Pamphlets (copying
  or duplicating not permitted). Approximately 100 orders per
  year with an average of 1,700 copies and 140 text pages each;
  97% with separate covers. Trim sizes up to and including 8-1/2
  x 11". Operations include: film and platemaking, printing,
  binding, mailing, packing and distribution. Contractor to pick
  up copy at Carlisle Barracks, PA. Most orders deliver to Carlisle
  Barracks, PA. 7 to 14 day delivery schedule. Send request for
  bid on firm's letterhead, ATTN: Bid Request Program 3203-S.
CITE: (M-361 SN015507)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: St. Louis  Regional Printing Procurement Office, U.S.
  Government  Printing Office, 815 Olive St., Room 328, St. Louis,
  MO 63101
SUBJECT: T--PRINTING
SOL Program 1624S
DUE 011797
POC Janet M. Etling, (314) 241-0349; Contracting Officer Lorraine
  Horton.
DESC: Single award term contract for period 02/01/97  to 01/31/98.
  For Department of Interior--National Park Service. Assumed
  25 mile radius of Lincoln, NE production area. Books, pamphlets
  and forms. Approximately 26 orders per year. Trim sizes up
  to  8-1/2 x 11". 20 to 300  copies. 10 to 500 pages. Black
  ink. Operations include handling furnished disks, duplicating/copying,
  binding, packing, and  distribution. Quality Attributes Levels
  IV. Bid request on firm's letterhead.
CITE: (M-361 SN015555)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 2d Contracting Squadron, 841 Fairchild Ave, Suite 205,
  Barksdale AFB, LA 71110-2271
SUBJECT: U--NOVELL TRAINING COURSE
SOL F16602-97-Q0254
DUE 011397
POC Bennett Smith, (318) 456-6960/Contracting Officer, Betty
  Stalder, (318) 456-6890.
DESC: Synopsis Number A-38-Novell training course. The following
  classes are needed: NetWare 4 Administration, NetWare 4 Advanced
  Administration, NetWare 4 Installation and Configuration Workshop,
  NetWare 4.1 Design and Implementation, Networking Technologies,
  Service and Support, and NetWare TC/IP Transport. This requirement
  is set aside for small business. Anticipated issue date 30
  Dec 97. Closing date for all bids will be 13 Jan 97. Interested
  parties should request a written request for quotation via
  mail or facsimile (318) 456-2107. See Numbered Note 1.
CITE: (M-361 SN015524)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: U--DOD COURSES IN MOTION MEDIA AND PHOTOJOURNALISM
SOL Solicitation No.:  DASW01-97-R-0019
DUE 021897
POC Contact Alyssa Murray, telephone:  703/614-6823; Fax:  703/695-9746
DESC: On behalf of the the American Forces Information Service,
  the Defense Supply Service-Washington intends to issue a Request
  for Proposal for two (2) DoD courses:  Motion Media and Photojournalism.
   The required services will include all the necessary education
  supp University to teach a Motion Media Program.  FOIA requests
  to FISC on these contracts should be addressed to:  Shelley
  Johnson (Code 93.1C), Fleet Industrial Supply Center, Washington
  Navy Yard, Bldg. 200, 901 M Street, S.E., Washington, DC 20374-5014,
  telephone:  202/433-7173.
CITE: (I-361 SN015579)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U.S. Office Of Personnel Management, 1900 E Street, NW.,
  Room SB-247, Washington, DC 20415
SUBJECT: X--LEASE OF OFFICE SPACE FOR OPM TELESERVICE CENTER
  IN PITTSBURGH, PA
SOL OPM-SFO-97-0020RDH
DUE 022197
POC Ray Hesson, 202-606-1045
DESC: OPM intends to solicit proposals for a lease agreement
  for up to 10 years for approximately 9,000 square feet of office
  and support space for a Teleservice Center for the Retirement
  and Insurance Service (RIS). The objective of this acquisition
  is to lease quality office space adequate to support personnel
  operating a teleservice center. Because of the possibility
  that additional space might be needed during the term of the
  lease, offerors will be rated on the expandability of the space
  proposed, and this will be a factor in the selection to be
  made. Up to 18,000 square feet may be required. The solicitation
  is scheduled for release before the end of 1996. Requests for
  copies of the solicitation must be sent to the U.S. Office
  of Personnel Management, Room SB427, Attn: R. D. Hesson, 1900
  E Street, NW, Washington, D.C. 20415.
LINKURL: http://www.opm.gov/procure
LINKDESC: 
EMAILADD: RDHesson@mail.opm.gov
EMAILDESC: 
CITE: (W-361 SN015526)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: VA Maryland Health Care System, A&MM Service, VA Medical
  Center, P.O. Box 1000, Perry Point, MD 21902
SUBJECT: X--MEETING SPACE
SOL IFB #512(P)-11-97
DUE 022097
POC Jacquelyn Goode-Wooley, 410-642-1104
DESC: Furnish meeting spaces (approximately 26) and audiovisual
  equipment to accommodate up to 400 people on 2/18-20/98. Geographic
  location should be within four blocks from any metro stop in
  the Washington, DC area. Solicitation will be issued on 1/17/97.
  Bid opening o/a 2/20/97, 2:00 PM. All requests for bidding
  documents must be made in writing to the Contracting Officer
  (90C), VA Medical Center, PO Box 1000, Perry Point, Maryland
  21902-1000. No telephone requests. Award is subject to the
  availability of funds.
CITE: (I-361 SN015575)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 6th CONS/LGCC, 2606, Brown Pelican Ave, MacDill AFB,
  FL 33621-5000
SUBJECT: Y--CONSTRUCT USSOCOM WAREHOUSE
SOL F08602-97-B0004
DUE 012397
POC Mr. W. Anderson, (813) 828-3815, ext. 358, FAX 828-3667:
  Contracting Officer: Ms. Debra K. Parent, (813) 828-3815 ext.
  346.
DESC: This procurement was originally advertised in the Commerce
  Business Daily 20 Nov 1996 as "UNRESTRICTED", is herewith changed
  to a "SMALL BUSINESS SET-ASIDE". The procurement consist of
  constructing a new 4500 square feet warehouse in MacDill AFB,
  FL, which will be very similar to the existing warehouse on
  the site and which the new and existing will share the enlarged
  dock area. The building has bearing exterior walls of colored
  split faced 8 rib block bearing upon existing 15 inch concrete
  slab (former airplane parking ramp). The floor elevation to
  11.5 feet MSL. The walls will have insulation fill and be painted
  on the interior surface. Steel truss roof framing with  standing
  seam metal deck. Interior spaces will have the warehouse, one
  office, a unisex rest room, a janitor's closet and a mechanical
  room. The building will have a fire suppression system. The
  building will be air conditioned. The magnitude of this project
  is between $250,000.00-$500,000.00 The estimated construction
  time is 150 calendar days. The solicitation will be issued
  O/A 20 Dec 1996. The bid opening date will be O/A 23 Jan 1997.
  The SIC code for this procurement is 1541. This procurement
  will be issued small business set-aside. TELEPHONE REQUESTS
  WILL NOT BE HONORED. Make your written requests to the address
  above or fax to (813) 828-3667, ATTN: Mr. Anderson. Your written
   request must include the solicitation number, your company
  name, address, point of contact, telephone/fax number and designate
  whether your company is large, small disadvantaged, or women
  owned.
CITE: (M-361 SN015509)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker
  Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania
  19107
SUBJECT: Y--NEW JERSEY INTRACOASTAL WATERWAY, LEASE OF PLANT,
  BARNEGAT INLET, COLD SPRING, NEW JERSEY.
SOL DACW61-97-B-0008
DUE 021997
POC Daniel P. McGovern, Contract Specialist, 215-656-6894
DESC: Maintenance Dredging, New Jersey Intracoastal Waterway,
  Lease of 12-14 inch Dredge with attneding Plant, Tugboat, Wide
  Track Boosterpump, and Barge. The SIC Code for this project
  is 1629. Specifications and full size drawings will be furnished
  at a charge of $15.00 per set. Issue date for plans and specifications
  is on or about 17 January 1997 with a bid opening date of 19
  February at 11:00 a.m. All checks are to be drawn to "FAO,
  USAED-NORFOLK." All requests should be made in writing to the
  attention of Mr. Daniel P. McGovern. A social security number
  or your Federal Tax Identification Number must be written on
  your check or money order. Payment will not be refunded and
  specifications need not be returned. All requests must include
  a physical address, telephone number, fax number, point of
  contact and business size. Estimated cost range of the project
  is $1,000,000.00 to $5,000,000.00. Award of the contract will
  be made as a whole to one bidder. Liquidated damages will be
  specified. Affirmative action to insure equal employment opportunity
  is applicable to the resulting contract. This is 100% set-aside
  for small business.
CITE: (W-361 SN015515)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: National Forests in FL, 325 John Knox Road, Suite F-100,
  Tallahassee, FL 32303-4160
SUBJECT: Y--RECONSTRUCTION OF FDRS 263, 263B, 263E AND 234Y
SOL R8-5-97-06
DUE 020397
POC Mary Bruce, (904) 942-9338 Procurement Assistant, Robert
  E. Lee, (904) 942-9337 Contracting Officer.
DESC: This project consists of the reconstruction of Forest Service
  Roads 263, 263-B, 263-E and 234-Y. Work to include: straw/hay
  bales, composite road construction, granular filter blanket,
  clearing and grubbing, removal of cattleguard and fence, excavation,
  borrow excavation, silt fence, machine-placed riprap seeding.
  Site is located on the Osceola National Forest, Baker and Columbia
  Counties, Lake City, FL. Set-a-side for small business firms.
  SIC 1542. Industry Size Standard--$17 million.
CITE: (M-361 SN015520)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDI, El Malpais National Monument, P.O. Box 939, 123
  E. Roosevelt, Grants, New Mexico 87020
SUBJECT: Y--GENERAL CONSTRUCTION OF TWO--2 BEDROOM RESIDENTIAL
  DUPLEXES, CHACO CULTURE NATIONAL HISTORICAL PARK, BLOOMFIELD,
  NEW, MEXICO
SOL 1443IB127097002
DUE 022097
POC Trish Fresquez-Hernandez, (505) 285-4641, ext. 11/Contracting
  Officer James Clark, (303) 969-2755.
DESC: General construction of two--2 bedroom residential duplexes,
  to be constructed either on site or as a premanufactured modular
  system. The duplexes shall be set on a crawl-space type foundation
  with attached double garage. Water, sewer, power, gas, telephone,
  and cable TV are connected to existing main lines. Earthwork,
  grading, walks, ramps, decks, driveway aprons, and roads are
  part of the work. The site is located at Chaco Culture National
  Historical Park, approximately 52 miles southeast of Bloomfield,
  New Mexico, San Juan County. The estimated price range is between
  $100,000.00 and $1,000,000.00. Written or facsimile requests
  for copies of the solicitation are preferred. FAX: (505) 285-5661.
CITE: (M-361 SN015551)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH
  Ave NE, Poulsbo, WA 98370-7570
SUBJECT: Y--DESIGN AND CONSTRUCTION OF A BACHELOR ENLISTED QUARTER
  (BEQ) AT NAVAL STATION EVERETT, EVERETT WASHINGTON
SOL N44255-96-R-0083
DUE 030497
POC Barbara R. Neuhauser, Contracting Officer (360) 396-0256.
DESC: PRESOLICITATION NOTICE. The work includes the design and
  construction of a complete and useable BEQ facility, including
  site improvements and utilities. The facility shall contain
  a total of 101 Bedroom Modules and a variety of common and
  support areas. During performance of this work, asbestos, hazardous
  waste, or pollution abatement may be encountered. This is a
  Design-Build project and Source Selection procedures will be
  used. Offerors will be required to submit technical, management
  and price proposals. Technical proposals will be evaluated
  based on the following evaluation factors: Factor I - Design;
  Factor II - Management; Factor III - Quality; and Factor IV
  - Price. Plans and specifications will be available on or about
  17 January 1997 at no charge until supply is exhausted. Contract
  completion time is 610 calendar days. Estimated cost range
  is between $5,000,000 and $10,000,000. Solicitation packages
  may be acquired in person from Plan Issue or by mail. Telephone
  requests will not be accepted. For plans and specifications
  to be mailed to your firm, either fax your request to Plan
  Issue (360)396-0998, or mail your request to Engineering Field
  Activity Northwest, Attention: Plan Issue, Naval Facilities
  Engineering Command, 19917 - 7th Avenue NE, Poulsbo, WA 98370-7570.
  Your request must include the solicitation number N44255-96-R-0083,
  complete company name, address, telephone number including
  area code, and whether bidding as a prime/subcontractor/supplier.
  Your request must also indicate whether your firm is a small
  business, small disadvantaged business or a large business
  and if woman owned. Bidders, if a Large Business Concern, shall
  submit a subcontracting plan in accordance with FAR 52.219-9
  SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING
  PLAN (OCT 1995), Alternate I (OCT 1995). Planholders lists
  will not be faxed. The Standard Industrial Classification Code
  is 1522. The related small business size standard is $17M.
  This solicitation is open to all business concerns. All responsible
  sources may submit a proposal which will be considered by the
  agency.
CITE: (I-361 SN015574)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan
  Road, Great Lakes, IL 60088-5600
SUBJECT: Z--UPGRADE ELECTRICAL DISTRIBUTION RTC AREA TO 12.47KV,
  GREAT LAKES, IL
SOL N68950-94-B-8012
DUE 021897
POC Rebecca Low 847-688-2600 x124 fax 847-688-2744
DESC: 1. The work includes providing all labor, materials, equipment,
  transportation and supervision neccessay for the conversion,
  upgrade, and consolidation of the electrical system at primary
  and secondary voltage levels and all other incidental related
  work. 2. This solicitation will be issued as an unrestricted
  procurement. 3. Estimated construction cost range is $1,000,000.00
  to $5,000,000.00. 4. The performance period is 360 calendar
  days. 5. The SIC is 1731, size standard is $7.0 million, and
  FSC is Z249. 6. An evaluation preference will be given in
  accordance with DFAR's 252.219-7008, "NOTICE EVALUATION PREFERENCE
  FOR SMALL DISADVANTAGED BUSINESS CONCERNS-CONSTRUCTION AQUISITIONS-TEST
  PROGRAM (APR 1996). 7. If a large business firm is selected
  for this announcement, it must comply with FAR 52.219-9 clause
  regarding the requirement for a subcontracting plan. The Naval
  Facilities Engineering Command's subcontracting goal is for
  62.1% of the total subcontracted dollars to go to Small Businesses,
  11% to Small Disadvantaged Businesses, and 5.2% to Women Owned
  Small Businesses. 8. Copies of this solicitation will be available
  (on or before January 16, 1997) from T & T Reproduction and
  Supplies, 511 N Second St, Libertyville IL 60048, POC is Ken
  Thompson 847-367-7440 fax 847-367-7442 --OR-- JBR Blueprint
  Co, 1083 Corporate Cir, Grayslake IL 60030, POC is Jim Johnson
  847-223-3077 fax 847-223-3079. 
LINKURL: n/a
LINKDESC: 
EMAILADD: n/a
EMAILDESC: 
CITE: (W-361 SN015481)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Office, 8110 Industrial Dr.,
  Suite 200, USAF Academy, CO 80840-2315
SUBJECT: Z--PAVEMENT MARKING (STRIPING) SERVICES
SOL F0561197B0200
DUE 022897
POC Edmond Rowan (719 333-4742) Contracting Officer, John Peters
  (719 333-2734)
DESC: This contract includes, but is not limited to, applying
  pavement markings on roads and airfields pavement (approx 840,100
  sq ft) throughout the Air Force Academy and at the Auxiliary
  Airfield at Ellicott CO (approx 23 miles east of Colorado Springs).
  The resultant contractor will be permitted storage on-site.
  Performance period will be one year from date of award with
  four one-year options. A minimum of $10,000.00 per year is
  guaranteed. The contract maximum is $750,000.00 worth of work
  over the term of the contract. Responsible sources may request
  this solicitation by letter, or FAX (719 333-4404) containing
  their business size and street address. For informational purposes,
  the applicable SIC code and small business size standard for
  this solicitation is one where the average annual receipts
  of the concern and its affiliates for the preceding three fiscal
  years does not exceed $7 million. Applicable SIC code is 1721.
  This solicitation is being competed as unrestricted in accordance
  with the Small Business Competitive Demonstration Program.
  Bids will be evaluated in accordance with DFARS 252.219 entitled
  "Notice of Evaluation Preference for Small Disadvantaged Business
  Concerns-Construction Acquisition-Test Program." The solicitation
  is tentatively scheduled for issuance on or about 24 Jan 97.
  Woman-owned and small disadvantaged business concerns are encouraged
  to submit offers. Copies of this solicitation are limited to
  60 and availability is on a first-come-first-served basis.
  Concerns may review the solicitation at this address or local
  plan rooms if copies are no longer available. 
CITE: (W-361 SN015482)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, South Texas Area,
  Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi,
  TX 78419-5525
SUBJECT: Z--REPAIR 2ND AND 3RD FLOORS OF BLDG 3731, NAS, KINGSVILLE,
  TX
SOL N62467-97-B-7662
DUE 021897
POC Irma Watts or Contracting Officer Charlotte Cummins (512)
  939-2154.
DESC: The work includes asbestos abatement, demolition of built-in
  wood wardrobe units, refinishing of wood doors, selective replacement
  of stairtreads, patching gypsum wallboard, replacement of VCT
  flooring and carpeting, replacement of acoustical suspended
  ceiling tile, selective replacement of doors and hardware,
  painting, replacement of toilet partitions, interior signage,
  mini-blinds, selective replacement of plumbing fixtures electrical
  outlets, removal of light fixtures, repairs to the fire alarm
  system, and incidental related work. Contract completion is
  90 days. Contract price is between $250,000.00-$500,000.00.
  Plans and specifications should be available on or about 18
  January 1997 and will be distributed until the supply  is exhausted.
  No telephone requests for solicitation packages will be accepted.
  Our fax number is (512) 939-8608.
CITE: (M-361 SN015504)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, P.O. Box 43119, Marine
  Corps Logistics Base, Albany, Georgia
SUBJECT: Z--RESTRIPE ROADS, MARINE CORPS LOGISTICS BASE, ALBANY,
  GEORGIA
SOL N62467-96-B-3631
POC Judy Washington, (912) 439-5959.
DESC: Subject solicitation is cancelled in its entirety due to
  withdrawal of funds.
CITE: (M-361 SN015510)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1,
  Ellsworth AFB, SD 57706-4910
SUBJECT: Z--BOWLING CENTER ADDITION
SOL F39601-97-B0006
POC SSgt Seitz 605-385-1750(Fax 1759)
DESC:  This project consists of selective demolition, CMU/masonry
  veneer, rigid structural steel frame, steel bar joists, metal
  deck, membrane, and preformed roofing, mechanical and electrical
  systems and related site work. The magnitude of this project
  is between $500,000.00 and $1,000,000.00. The standard industrial
  classification code is 1542. The performance period is 224
  days. The solicitation is expected to be issued 15 Jan 97 with
  a response date of 14 Feb 97 or later. This action is open
  competition to both large and small business. All requests
  must be submitted in writing or faxed to 605-385-1759.
CITE: (W-361 SN015512)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. Fish and Wildlife Service, Branch of Construction
  Contracting, 755 Parfet St., 2nd Floor, P.O. Box 25207, Denver,
  CO 80225-0207
SUBJECT: Z--WASTE REMOVAL ACTION AT OLD DUMP AND CHEMICAL LEACHFIELD
SOL IFB No. FWS 1448-98695-97-B001
DUE 031697
POC Contact Pat, 303/275-2349
DESC: Contractor to furnish all necessary materials, permits,
  labor and equipment for a project consisting of construction
  activities designed to remove solid waste materials and soil
  from the Old Dump and Chemical Leachfield areas located at
  Patuxent Wildlife Researfch Center, Prince Georges County,
  Laurel, Maryland.  The work shall include, but not limited
  to, the excavation, transporation, and disposal of solid waste
  material and soil present in the Old Dump area (approximately
  10,000 cy) and in the Chemical Leachfield area (approximately
  2,000 cy).  Construction activities will also include the installation
  of erosion controls, including silt fence and hay bales; construction
  of temporary gravel access road and decontamination area; site
  restoration activities involving the delivery, placement, and
  grading of backfill and placement of topsoil and hydro seeding
  over disturbed areas; and all appurtenant work, including contingent
  handling of potentially hazardous materials.  IFB will be issued
  on or about January 30, 1997 with the subsequent bid opening
  to be on or about March 16, 1997.  Time allotted for contract
  completion is 60 calendar days from date of receipt of Notice
  to Proceed.  Estimated contract cost: $ 1 Million to $ 5 Million.
   The procurement is a 100% Small Business Set Aside.  SIC (Standard
  Industrial Classification) 4953 - $6.0 Million.  A limited
  amount of plans/specifications will be made available.  All
  requests for the solicitation must be in writing, by mail or
  facsimile, our FAX number is 303/275-2333.  Planholders.  Solicitation
  lists will only be supplied upon written requests per FAR 14.205-5.
CITE: (I-361 SN015513)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 9 CONS/LGCC, 6500 B ST, Room 101, Beale AFB, CA 95903-1712
SUBJECT: Z--REPLACE CONTROL TOWER WINDOWS, BLDG 1060
SOL F04666-97-B0005
DUE 020597
POC TSgt Judy McDonough, (916) 634-3310, Contracting Officer,
  Larry W. Fox, (916) 634-3309.
DESC: Furnish all labor, supervision, equipment, material, and
  operations necessary to replace three (3) windows in the cab
  of the air traffic control tower. Project requirements will
  be made available on or about 6 Jan 96. All work accomplished
  will be in strict accordance with the specifications and drawings.
  The magnitude of this project is between $25,000.00 and $100,000.00
  Requests for this solicitation may be submitted in writing
  or by FAX. Our FAX number is (916) 634-3311. Request must be
  on 8-1/2 x 11" paper, and include solicitation number, complete
  company name, address, and telephone number. This project is
  being solicited under the Small Business Competitiveness Demonstration
  Program.
CITE: (M-361 SN015517)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Philadelphia Housing Authority, 2012 Chestnut St., Philadelphia,
  PA 19103
SUBJECT: Z--INVITATION FOR BID (FOUR PART BIDDING, SOLICITATIONS
  9321, 9322, 9323, 9324), COMPREHENSIVE MODERNIZATION OF THE
  NORMAN BLUMBERG APARTMENTS FOR THE PHILADELPHIA HOUSING AUTHORITY
SOL 9321
DUE 012197
POC James Herrmann, Contracting Officer, via facsimile (215)
  684-4092.
DESC: Notice is hereby given that sealed Bids will be accepted
  by the Philadelphia Housing Authority for the Comprehensive
  Modernization of the Norman Blumberg Apartments, Specification
  Numbers are as follows: General Construction, 9321; Electrical
  Specifications, 9322; Plumbing & Fire Protection, 9323; HVAC,
  9324. Bids will be received no later than 11:00 a.m. on January
  21, 1997 at 2012 Chestnut Street, Philadelphia, PA 19103. Copies
  of the specification may be picked up commencing December 24,
  1996 at 2012 Chestnut Street, Philadelphia, PA 19103. A non-mandatory
  pre-bid meeting is scheduled for 10:00 a.m. January 6, 1997
  at 1516 Judson Way. There is a non-refundable charge of $125.00
  for specification packages. For packages mailed,   the charge
  is $175.00. For further information please contact Ms. Patricia
  E. Draper, Contract Specialist, at 684-4220. The Philadelphia
  Housing Authority encourages minority and women owned business
  to submit bids and participate in the bidding process.
CITE: (M-361 SN015544)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USPFO for Virginia, ATTN: VAPFO-P, 600 E. Broad Street,
  Richmond, VA 23119-1832
SUBJECT: Z--JOB ORDER CONTRACT
SOL DAHA44-97-B-0001
POC Theresa Harris, (804) 775-9310, Contracting Officer: Ervin
  Vesely, Jr., (804) 775-9205.
DESC: Proposals received in response to Job Order Contract Request
  for Technical Proposals (RFTP) dated 25 October 1996 have been
  evaluated. The following firms have been selected to proceed
  on with Step Two: Mitchell Construction Company, Inc., Richmond,
  VA (504) 358-1047; MCC Construction Corporation, Englewood,
  CO, (303) 741-0404; Satellite Services, Marquette, MI, (906)
  228-6492; SW Day Construction Corp., Chesapeake, VA (757) 523-0322;
  Virtexco Corporation, Norfolk, VA, (757) 466-1114; HJ Group
  Ventures Inc., San Antonio, TX, (210) 340-2251; The Childers
  Corporation, Oklahoma City, OK, (405) 755-2200.
CITE: (M-361 SN015545)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville,
  FL 32212-0139
SUBJECT: Z--REPAIR AND UPGRADE COURTS AT THE NAVAL ORDNANCE TEST
  UNIT, ORLANDO, FL
SOL N62467-95-B-2679
POC OICC OFFICE
DESC: This is a presolicitation notice only. DO NOT REQUEST PLANS
  NOW. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS
  ARE ISSUED. The work includes but is not limited to repairing
  all cracks, resurfacing and restriping the volleyball and basketball
  courts along with installing metal halide lighting on the volleyball
  and basketball courts and incidental related work. The contractor
  will be required to complete the work in 135 calendar days
  after Notice to Proceed. Following tentative dates apply: Issue
  invitations 01/97, open bids 02/97, complete contract 07/97.
  Estimated cost is between $25,000.00 and $100,000.00.
CITE: (M-361 SN015549)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts,
  NAVSHIPYD Bldg. 491, Portsmouth, Virginia 23709-5000
SUBJECT: Z--EXTERIOR WALL RENOVATION, BUILDING 510, PHASE I,
  NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
SOL N62470-95-B-2006
DUE 021297
POC Bid Packages, Sandra Johnson, (804) 396-5121; Contract Specialist,
  Sandra H. Umberger; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes  renovation of existing six-story concrete,
  masonry and corrugated metal at Building 510--Phase I. Exterior
  facade renovation consists of exterior finish system on concrete
  and masonry walls, exterior fluid-applied coating system or
  corrugated metal siding surfaces, and painting all antenna
  towers, crane structure, railings, window frames and all other
  exposed metal items on the wall and roof as indicated on construction
  documents for Phase I project. Estimated cost range: $1,000,000.00
  and $5,000,000.00. LANTNAVFACENGCOM is committed to substantive
  participation of small disadvantaged (SDB)  and women-owned
  enterprises in the performance  of  the work for this contract.
  If you are a large business and your bid will exceed $1,000,000.00,
  you will be required to submit a subcontracting plan. Plans
  and Specifications will be available on or about 13 January
  1997. A limited number of bid packages will be available and
  issued on a first-come-first-served basis until the supply
  is exhausted. There is no charge for the plans  and specs (one
  set per firm); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING
  BID DATA. LOCAL FIRMS MAY PICK UP  PACKAGES AT THE ISSUING
  OFFICE. OUT OF TOWN  FIRMS  MUST MAKE ALL ARRANGEMENTS FOR
  TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan
   holder lists will  be faxed. All responsible sources may submit
  an offer which will be considered.
CITE: (M-361 SN015554)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts,
  NAVSHIPYD Bldg. 491, Portsmouth, Virginia 23709-5000
SUBJECT: Z--EXTERIOR WALL RENOVATION BUILDING 510, PHASE II AT
  THE NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
SOL N62470-95-B-2014
DUE 021297
POC Bid Packages Sandra Johnson (804) 396-5121: Contract Specialist/Joyce
  Chilton; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes renovation of existing corrugated metal
  at Building 510, Phase II. Exterior facade renovation consists
  of removal and reinstallation of damaged corrugated metal siding
  and painting of entire metal siding surfaces, window frames,
  doors and frames, roll-up doors and frames, mechanical louvers,
  and metal stair and railings, and all other exposed metal items
  on the wall and roof as indicated on construction documents
  for Phase II project, and incidental related work. Estimated
  Cost Range: $1,000,000 and $5,000,000. LANTNAVFACENGCOM is
  committed to substantive participation of small disadvantaged
  (SDB) and women-owned enterprises in the performance of the
  work for this contract. If you are a large business and bid
  will exceed   $1,000,000.00, you will be required to submit
  a subcontracting plan. Plans and specifications will be available
  on or about 13 January 1997. A limited number of bid packages
  will be available and issued on a first come, first served
  basis until the supply is exhausted. There is no charge for
  the plans and specs (only one set per firm); HOWEVER, EACH
  FIRM IS RESPONSIBLE FOR OBTAINING A BID DATA. LOCAL FIRMS MAY
  PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST
  MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY
  ISSUING OFFICE. No plan holder lists will be faxed. THIS SOLICITATION
  IS UNRESTRICTED.
CITE: (M-361 SN015584)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts,
  NAVSHIPYD  Bldg 491, Portsmouth, Virginia 23709-5000
SUBJECT: Z--EXTERIOR REHABILITATION, BUILDING 33, NORFOLK NAVAL
  SHIPYARD, PORTSMOUTH, VIRGINIA
SOL N62470-95-2005
DUE 021297
POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist,
  Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes removing existing roof, gutters, downspouts
  and roof appurtenances and providing a new terne-coated stainless
  steel roof, ventilators, gutters and downspouts; removing deteriorated
  doors and windows and providing new doors and windows to replicate
  the existing; rehabilitating and repairing windows and doors
  to remain; removing  lead paint and asbestos  associated with
  work; repairing deteriorated canopy at south entry and removing
  awnings; cleaning, repairing cracks, replacing damaged brick
   and tuckpointing all brick walls; removing masonry and other
  infill materials at masonry openings and providing new windows
  to match existing; relocating existing HVAC units, pipes and
  conduit; providing new mechanical louvers; and  incidental
  related work. Estimated cost range: $1,000,000.00 to $5,000,000.00.
  LANTNAVFACENGCOM is committed to substantive participation
  of small disadvantaged (SDB) and women-owned enterprises in
  the performance of the work  for this contract. If you are
  a large business and your bid will exceed  $1,000,000.00, you
  will be required to submit a subcontracting plan. Plans  and
  specifications will be available on or  about 13 January 1997.
   A limited number of  plans and specifications will be available
  on  a first-come-first- served basis until the supply is exhausted.
  There is no charge for the first set of plans and specs (additional
  sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR
  OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT  THE
  ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS
  FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No
  plan holders lists will be faxed. All responsible sources may
  submit an offer which will be considered.
CITE: (M-361 SN015586)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential
  Sources Sought
OFFADD: Department of Veterans Affairs, VA Medical Center (90C),
  1100 N. College Avenue, Fayetteville, AR 72703
SUBJECT: Z--BURIAL AREA DEVELOPMENT
SOL 564-2-97
DUE 022497
POC Donna Lenz, Contract Specialist (501) 444-5035
DESC: Provide all labor, material, equipment and supervision
  for Burial Area Development at the Springfield National Cemetery,
  Springfield, Missouri. Work involves developing approximately
  3/4 acre area for burial. Project includes: roadway, drainage
  correction, stream crossing, spoils storage area, topsoil storage
  building, water line, landscaping, grading, and renovation
  and expansion of the existing Maintenance Building. Maintenance
  Building renovation work includes: replacement of some windows,
  improving the current electrical system (service panel, wiring,
  lights, receptacles, and security system), heating existing
  storage bay, addition of new storage bay on west side, replacing
  concrete apron around building, upgrading of existing restrooms
  and breakroom, relocation of furnace and hot water heater,
  and replacement of roof. Additionally, the work includes the
  removal of 12" x 12" resilient floor tile. The material is
  located inside the public restroom at the southeast corner
  of the Cemetery Shop (Maintenance) Building. Contractor will
  also have to remove and give back to the owner, the toilet
  and two wooden chases that run along the north and west walls.
  Floor tile mastic does not contain asbestos. All work shall
  be performed in accordance with the drawings and specifications.
  Estimated cost range between $500,000 and $1,000,000. A total
  of twenty bid packages will be issued on a first come-first
  serve basis on or about January 24, 1997. All requests for
  packages must be submitted in writing to the above address
  and must include a non-refundable cashier's check, money order,
  or company check in the amount of $35.00. Pre-Bid Conference
  scheduled on February 10, 1997 2:00pm (local time) at the VAMC,
  Fayetteville, AR. The procedure to be used in award of this
  contract will be by Invitation for Bid. Anticipated date for
  award of this contract is subject to availability of funds.
CITE: (I-360 SN015457)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 12--OPTICAL MODULE (DOH)
SOL F42620-97-R-24676 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Peggy Frecker/Lfke/[801]777-5817
DESC: Amended, Change solicitation number to F42620-97-R-1005.
  As a  result of this action solicitation F42620-97-Q-24646
  is cancelled.
CITE: (I-360 SN015452)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 13--LEAD ASSEMBLY, ROTOR
SOL N00164-97-Q-0064
DUE 020797
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: The Navy requires manufacture of a basic quantity of 2,200
  each M1134A31 Fuze Rotor Lead Assemblies with options for an
  additional 3,300 each. The assemblies shall be manufactured
  in accordance with Marine Corps drawing numbers 53711-7095644,
  -7095690, and -7095646. Materials of manufacture are aluminum
  alloy sheet, 5052 or 1100 IAW ASTM 8209 and lead, sheet, grade
  B IAW QQ-L-201. Approximate dimensions are .45" long x .3"
  diameter. MIL-STD-171, DoD 5100.76-M, and DFARS 252.223-7002
  apply. Delivery is required within 60 days after contract award
  or option exercise, as applicable. This requirement is being
  processed using Simplified Acquisition Procedures and is 100%
  set-aside for Small Business concerns; the applicable size
  standard is 500 employees or less. FAR Part 12 does not apply.
  See notes 1 and 26. It is anticipated that a formal Request
  For Quotes will be issued. Requests for the solicitation may
  be made by calling 812-854-2422, fax 812-854-5666, or e-mail
  hq6591@smtp.crane.navy.mil. All resposnible sources may submit
  a quote which shall be considered by the agency.
CITE: (I-361 SN015563)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 15--FITTING ASSY OF
SOL F42620-97-Q-22258
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 1560-01-217-1376WF P/N: 16W264-27, Fitting.
  Dim.  1.80" x 2.75" x 4.80". Kind of mat. Aluminum. Structure.
  20ea. Applicable to: F-16 C/D. Destn: FMS Countries. Delivery:
  30 Apr 98 20 ea Item requires application of master or coordinated
  tooling. The approximate issue/response date will be 14 Jan
  97. The anticipated award date will be 04 Feb 97. Written procedure
  will be used for this solicitation. To: S A B C A, 1130 Brussels
  Belgium. To: Tusas Aerospace Industries Inc, Ankara Turkey.
  To: Israel Aircraft Industries, Lod Israel 71101. To: Lockheed
  Martin Corporation, Fort Worth Tx 76101-0748. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. An Ombudsman has been appointed
  to hear concerns from offerors or potential offerors during
  the proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor,
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  Manufacture of this part requires use of master or coordinated
  tooling. See Note (s) 26.
CITE: (I-360 SN015450)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--COVER,ACCESS
SOL N0038397RM162
DUE 020397
POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-1560-01-359-0760-TN, Ref Nr 5030T65G03, Qty 160 EA,
  Delivery FOB Origin-----. Drawings are not available. Since
  this is a "source controlled" item,  competition shall be restricted
  to GE-Lynn., See Note 22
CITE: (I-361 SN015467)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--NUT TUBE ASSEMBLY
SOL N0038397RN088
DUE 020397
POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Linda T
  Rein, 0233.03, (215)697-2811
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1680-01-196-9899-VH, Ref Nr 105802-1, Qty 144 EA, Delivery
  FOB Origin----- Drawings are not available., See Note 22
CITE: (I-361 SN015468)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 Goodfellow
  Blvd., , St. Louis, MO  63120-1798 
SUBJECT: 16--REC/TRANS, P/N:822-0788-001; POWER AMP/COUPLER,
  P/N:822-0787-001; ANTENNA ADAPTER, P/N:822-0786-001; CONTROL
  DISPLAY UNIT, P/N:822-0786-001; VRC-100 (GND CASE W/ARC-220
  SYSTEM), P/N:822-0793-001.
SOL USZA95-97-Q-0012
DUE 123096
POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil;Kay
  Hucke, (314)263-3299, Contracting Officer.
DESC: This solicitation is for the acquisition of commercial
  items. This proposed procurement is for 8 each Rec/Trans, P/N:822-0788-001;
  Power Amp/Coupler, P/N:822-0787-001; Antenna Adapter, P/N:822-0894-001;
  2 each Control Display Unit, P/N:822-0786-001; 1 each VRC-100
  (Ground Case W/ARC-220 System), P/N:822-0793-001.  The Government's
  minimum needs can only be satisfied from the prime contractor,
  Rockwell Collins, 350 Collins Road NE, Cedar Rapids, IA52498-0120.
   Opportunity for subcontracting with the pr ime is the basis
  for synopsis.  This is for informational purposes only.  Firms
  that recognize and can provide the required supplies described
  above are encouraged to identify themselves to the Contracting
  Officer.  See Numbered NOTE(S): 22.
CITE: (I-361 SN015473)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 Goodfellow
  Blvd., , St. Louis, MO  63120-1798 
SUBJECT: 16--REC/TRANS, P/N:822-0788-001; POWER AMP/COUPLER,
  P/N:822-0787-001; ANTENNA ADAPTER, P/N:822-0786-001; CONTROL
  DISPLAY UNIT, P/N:822-0786-001; VRC-100 (GND CASE W/ARC-220
  SYSTEM), P/N:822-0793-001.
SOL USZA95-97-Q-0012
DUE 123096
POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil;Kay
  Hucke, (314)263-3299, Contracting Officer.
DESC: This solicitation is for the acquisition of commercial
  items. This proposed procurement is for 8 each Rec/Trans, P/N:822-0788-001;
  Power Amp/Coupler, P/N:822-0787-001; Antenna Adapter, P/N:822-0894-001;
  2 each Control Display Unit, P/N:822-0786-001; 1 each VRC-100
  (Ground Case W/ARC-220 System), P/N:822-0793-001.  The Government's
  minimum needs can only be satisfied from the prime contractor,
  Rockwell Collins, 350 Collins Road NE, Cedar Rapids, IA52498-0120.
   Opportunity for subcontracting with the pr ime is the basis
  for synopsis.  This is for informational purposes only.  Firms
  that recognize and can provide the required supplies described
  above are encouraged to identify themselves to the Contracting
  Officer.  See Numbered NOTE(S): 22.
CITE: (I-361 SN015474)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US SPECIAL OPERATIONS COMMAND, ATTN: AMSAT-D-TK, 4300
  GOODFELLOW BLVD, ST. LOUIS, MO  63120-1798
SUBJECT: 16--QTY (40) 40MB FLASHDISK MEMORY CARDS, PART NUMBER:
  SAND SDP-3BI40-101-00.
SOL USZA95-97-Q-0013
DUE 010897
POC Darrell L Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil;
  Kay Hucke, (314) 263-3299, Contracting Officer
DESC: Technology Applications Contract Office, US Special Operations
  Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis,
  MO 63120-1798 This is a combined synopsis/solicitation for
  a commercial item prepared in accordance with the format in
  Subpart 12.6. This announcement constitutes the only solicitation.
  Quotes are being requested and a written solicitation will
  not be issued.  This solicitation is issued as a Request for
  Quotation (RFQ) and the solicitation number is USZA95-97-Q-0013.
   This solicitation document and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  90-42.  The Standard Industrial Classification (SIC) code is
  3728 and the Business Size Standard is 1000 employees.  The
  commercial item to be quoted is a 40MB Flashdisk Memory Cards,
  Part Number: SAND SDP-3BI40-101-00 or equal.  This contract
  shall be a firm fixed price contract for a quantity of 40 units.
   The delivery schedule shall be five (5) immediately upon award
  and thirty-five (35) no later than 25 January 1997.  The cards
  shall be shipped to (W80N5C) MSSA/CRP, HHC 160t h SOAR, ATTN:
  AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort
  Campbell, KY  42223-5738 - Mark For: SUMS and Com/Nav, Document
  Number: W80XYF63300701.  The submittal must demonstrate that
  the proposed product is equal to the desired commercial item.
  The provision at 52.212-1, Instruction to Offerors--Commercial
  Items, applies to this acquisition and no addenda applies.
   The provision at 52.212-2, Evaluation--Commercial Items applies
  to this acquisition with the blanks filled in as follows: 
  Fir m Fixed Price, Low Acceptable Quote.  Offers shall include
  a completed copy of the provision at 52.212-3, Offeror Representations
  and Certifications--Commercial Items, with the offer.  The
  clause 52.212-4, Contract Terms and Conditions--Commercial
  Items, applies to this acquisition.  No addenda applies.  The
  clause at 52.212-5, Contract terms and Conditions Required
  To Implement Statutes or Executive Orders--Commercial Items
  applies to this acquisition to include 52.203-6  Restrictions
  on Subcontractor Sale s to the Government, with Alternate 1
  ; 52.203-10  Price or Fee Adjustment for Illegal or Improper
  Activity ; 52.219-8  Utilization of Small Business Concerns
  and Small Disadvantaged Business Concerns ; 52.222-26  Equal
  Opportunity ; 52.222-35  Affirmative Action for Special Disabled
  and Vietnam Era Veterans ; 52.222-36  Affirmative Action for
  Handicapped Workers ; 52.222-37  Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era ; 52.225-9
   Buy American Act--Trade Agreements Act--B alance of Payments
  Program ; and 52.247-64  Preference for Privately Owned U.S.
  Flag Commercial Vessels .  In addition to the foregoing FAR
  provisions, the following DFARS provisions are applicable:
  252.225-7006,  Buy American Act Trade Agreements Balance of
  Payments Program Certificate ; 252.212-7000,  Offeror Representations
  and Certifications  Commercial Items  (note - a completed copy
  must be returned with your offer); 252.212-7001,  Contract
  Terms and Conditions Required to Implement Statutes Applicabl
  e to Defense Acquisitions for Commercial Items  the following
  particular provisions cited within 252.212-7001 apply to this
  acquisition: 252.219-7006,  Notice of Evaluation Preference
  for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014,
   Preference for Domestic Specialty Metals ; and 252.233-7000,
   Certification of Claims and Requests for Adjustment of Relief.
    Quotes will be received at US Special Operations Command,
  Technical Applications Contracting Office, AMSAT-D-TK (ATTN:
  D Dodds), 4300 Goodfellow Blvd., St. Louis, MO 63120-1798,
  telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997.
CITE: (I-361 SN015542)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US SPECIAL OPERATIONS COMMAND, ATTN: AMSAT-D-TK, 4300
  GOODFELLOW BLVD, ST. LOUIS, MO  63120-1798
SUBJECT: 16--QTY (40) 40MB FLASHDISK MEMORY CARDS, PART NUMBER:
  SAND SDP-3BI40-101-00.
SOL USZA95-97-Q-0013
DUE 010897
POC Darrell L Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil;
  Kay Hucke, (314) 263-3299, Contracting Officer
DESC: Technology Applications Contract Office, US Special Operations
  Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis,
  MO 63120-1798 This is a combined synopsis/solicitation for
  a commercial item prepared in accordance with the format in
  Subpart 12.6. This announcement constitutes the only solicitation.
  Quotes are being requested and a written solicitation will
  not be issued.  This solicitation is issued as a Request for
  Quotation (RFQ) and the solicitation number is USZA95-97-Q-0013.
   This solicitation document and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  90-42.  The Standard Industrial Classification (SIC) code is
  3728 and the Business Size Standard is 1000 employees.  The
  commercial item to be quoted is a 40MB Flashdisk Memory Cards,
  Part Number: SAND SDP-3BI40-101-00 or equal.  This contract
  shall be a firm fixed price contract for a quantity of 40 units.
   The delivery schedule shall be five (5) immediately upon award
  and thirty-five (35) no later than 25 January 1997.  The cards
  shall be shipped to (W80N5C) MSSA/CRP, HHC 160t h SOAR, ATTN:
  AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort
  Campbell, KY  42223-5738 - Mark For: SUMS and Com/Nav, Document
  Number: W80XYF63300701.  The submittal must demonstrate that
  the proposed product is equal to the desired commercial item.
  The provision at 52.212-1, Instruction to Offerors--Commercial
  Items, applies to this acquisition and no addenda applies.
   The provision at 52.212-2, Evaluation--Commercial Items applies
  to this acquisition with the blanks filled in as follows: 
  Fir m Fixed Price, Low Acceptable Quote.  Offers shall include
  a completed copy of the provision at 52.212-3, Offeror Representations
  and Certifications--Commercial Items, with the offer.  The
  clause 52.212-4, Contract Terms and Conditions--Commercial
  Items, applies to this acquisition.  No addenda applies.  The
  clause at 52.212-5, Contract terms and Conditions Required
  To Implement Statutes or Executive Orders--Commercial Items
  applies to this acquisition to include 52.203-6  Restrictions
  on Subcontractor Sale s to the Government, with Alternate 1
  ; 52.203-10  Price or Fee Adjustment for Illegal or Improper
  Activity ; 52.219-8  Utilization of Small Business Concerns
  and Small Disadvantaged Business Concerns ; 52.222-26  Equal
  Opportunity ; 52.222-35  Affirmative Action for Special Disabled
  and Vietnam Era Veterans ; 52.222-36  Affirmative Action for
  Handicapped Workers ; 52.222-37  Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era ; 52.225-9
   Buy American Act--Trade Agreements Act--B alance of Payments
  Program ; and 52.247-64  Preference for Privately Owned U.S.
  Flag Commercial Vessels .  In addition to the foregoing FAR
  provisions, the following DFARS provisions are applicable:
  252.225-7006,  Buy American Act Trade Agreements Balance of
  Payments Program Certificate ; 252.212-7000,  Offeror Representations
  and Certifications  Commercial Items  (note - a completed copy
  must be returned with your offer); 252.212-7001,  Contract
  Terms and Conditions Required to Implement Statutes Applicabl
  e to Defense Acquisitions for Commercial Items  the following
  particular provisions cited within 252.212-7001 apply to this
  acquisition: 252.219-7006,  Notice of Evaluation Preference
  for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014,
   Preference for Domestic Specialty Metals ; and 252.233-7000,
   Certification of Claims and Requests for Adjustment of Relief.
    Quotes will be received at US Special Operations Command,
  Technical Applications Contracting Office, AMSAT-D-TK (ATTN:
  D Dodds), 4300 Goodfellow Blvd., St. Louis, MO 63120-1798,
  telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997.
CITE: (I-361 SN015543)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: ATCOM, Attn: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St.
  Louis, MO 63120- 1798
SUBJECT: 17--CRANE ASSY, TAIL
SOL DAAJ09-97-Q-0533
DUE 022497
POC Gary Twyford, Procurement Technician, 314-263-0608 -- or
  Daniel J. Fuller, Contracting Officer, 314-263-2555 -- FAX:
  314-263-9012.
DESC: NSN: 1730-01-127-2786 PN: 70700-20413-041 Each, IAW ATCOM
  Procurement Package 70700-20413, applicable to the UH-60 Aircraft.
  F.O.B. Destination with deliveries to New Cumberland, PA. When
  calling be prepared to state, name, address, and solicitation
  number. This is a 100% Small Business Set-Aside. Size standard
  is 1,000 employees. All responsible sources may submit an offer
  which will be considered. This requirement is currently unfunded.
  Award will be withheld pending receipt of sufficient funds.
  To obtain this solicitation package send a fax to (314)263-9012,
  ATTN: AMSAT-A-PLBA, Gary Twyfords, be sure to include Company
  name, address, telephone number and solicitation number. See
  numbered note 26. See Numbered Note(s): 1.
CITE: (I-361 SN015570)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker
  Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania
  19107
SUBJECT: 20--CONTRACTOR TO FURNISH A COMPLETE MICROPROCESSOR-BASED
  ELECTRONICH PROPULSION CONTROL AND TRANSFER CONTROL SYSTEM
  FOR THE SEA-GOING DREDGE MCFARLAND
SOL DACW61-97-R-0010
DUE 012897
POC Mr. E. Savoy, Contract Specialist, 215-656-6913
DESC: The U.S. Army Corps of Engineers, Philadelphia District,
  intends to procure a  complete micorprocessor-based electronic
  propulsion control and transfer  system control to be retro-fitted
  with the existing controllable pitch propeller (CPP)  
CITE: (W-361 SN015476)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker
  Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania
  19107
SUBJECT: 20--CONTRACTOR TO FURNISH A COMPLETE MICROPROCESSOR-BASED
  ELECTRONIC PROPULSION CONTROL AND TRANSFER CONTROL SYSTEM FOR
  THE SEA-GOING DREDGE MCFARLAND
SOL DACW61-97-R-0010
DUE 012897
POC Mr. E. Savoy, Contract Specialist, 215-656-6913
DESC:  This modification changes the description of DACW61-97-R-0010
  as follows: The U.S. Army Corps of Engineers, Philadelphia
  District, intends to procure a complete micorprocessor-based
  electronic propulsion control and transfer system to be retro-fitted
  with the existing controllable pitch propeller (CPP), engine
  governor and bow thruster control system currently installed
  aboard the sea-going Dredge McFARLAND. The upgraded propulsion
  control system shall replace the mechanical/pneumatic system
  and provide electronic control and indication of shaft speed,
  engine load and propeller pitch. The system shall also include
  electronic controls and indicators for the operation of the
  bow thruster. This procurement will be processed in accordance
  with Federal Acquisition Regulation (FAR) 14.5, Two-Step Sealed
  Bidding. Step one will require prospective contractors to submit
  a technical proposal. The technical proposals received will
  be evaluated to determine that: 1) The proposal contains all
  the data and information required by Part III of the Request
  for Proposal (RFP) "Proposal Requirements"; 2) The system meets
  all of the design criteria of Part II of the RFP; 3) The proposed
  system is an existing microprocessor based design with proven
  performance and reliability, suitable for and capable of being
  successfully retro-fitted to the existing propulsion engine,
  CPP systems and bow thruster; 4) The prospective contractor
  has a proposed system with a history of reliable performance
  installed on other vessels operating with a similar propulsion
  control system; 5) The prospective contractor has demonstrated
  customer satisfaction for completed projects of a similar control
  system. A listing of three (3) references of such customers
  with a point of contact shall be provided; 6) The prospective
  contrator has demonstrated experience in the manufacture, modification,
  and repair of propulsion control systems to include demonstrated
  experience in retro-fitted marine propulsion control systems;
  7) The prospective contractor has a viable plan to manufacture
  and assemble a system conforming to the specifications; 8)
  The prospective contractor has a demonstrated field service
  engineering capability; and 9) The prospective contractor can
  demonstrate that the proposed system can be integrated with
  an automated pilothouse control system (Auto-Pilot) similar
  to a Sperry Marine Vision 2100 or a Raytheon Bridge Control
  3000 Integrated Navigation System, at a future retro-fit. The
  technical proposal shall not include any prices or pricing
  information. **In the second step of this two-step procedure
  the following applies: 1) Only offers based upon technical
  proposals determined to be acceptable, either initially or
  as a result of discussions, will be considered for award; 2)
  Each offer in the second step must be based on the offeror's
  own technical proposal; 3) Offerors should submit proposals
  that are acceptable without additional explanation or information;
  The Government may make a final determination regarding a proposal's
  acceptablitiy solely on the basis of the proposal as submitted;
  The Government may proceed with the second step without requesting
  further information from any offeror; however the Government
  may request additional information from offerors of the proposals
  that it considers reasonable susceptible of being made acceptable,
  and may discuss proposals with their offerors. If their offer
  is determined to be unacceptable, the offeror will receive
  a notice upon completion of the final determination and evaluation
  of acceptability. Step Two will be accomplished by Sealed Bidding
  Procedures. Step One of this Two-Step Sealed Bidding process,
  Solicitation No. DACW61-97-R-0010 will be issued on or about
  December 27, 1996, with a closing date of January 28, 1997
  by the close of business at the local place of bid opening.
  Interested prospective contractors can obtain a copy of the
  solicitation by mailing or faxing in (Fax No. 215-656-6780)
  their request to include the following information: Solicitation
  Number; a complete mailing address (preferably no box office
  numbers); telephone and fax (if applicable) number; and a point
  of contact. The Standard Industrial Classification (SIC) code
  for this procurement is 3625. All responsible sources may submit
  a proposal for consideration. This is an unrestricted procurement.
CITE: (W-361 SN015493)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS,
SOL IAP-771,870-01
DUE 020997
POC Eugenio Huerta G, Material Manager, (507) 272-4601, E. H.
  Womble, Contracting Officer, (507) 272-4620
DESC: Axle, per Drawings VF-1301-88-1252 and VF-1301-88-1253.
  Quantity 20 each. When requesting solicitation state Name,
  Address, and solicitation Number. Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-361 SN015478)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS,
SOL IAP-771,820-01
DUE 020997
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #13, per Drawings VF-1301-88-1587 and PCC specifications
  580-380. Quantity 22 each. When requesting solicitation state
  Name, Address, and solicitation Number. Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-361 SN015479)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS,
SOL IAP-771,900-05
DUE 020997
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta G., Contracting Officer, (507) 272-4620
DESC: Various Twin Disc Typy Clutch components, per PCC Drawings.
  When requesting solicitation state Name, Address, and solicitation
  Number. Request will be accepted by facsimile at 011-507-272-7588,
  or Telex 3034 PCCAMRM PG. All responsible sources may timely
  submit an offer which shall be considered by the Commission.
  Basis of award may be made on "Best Value" factors such as
  delivery time, quality of product, experience, past performance
  and responsibility shall be considered to ensure that the purchase
  is advantageous to PCC.
CITE: (I-361 SN015492)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--SHIELD,HEAT,TURBINE
SOL N0038397RM161
DUE 020397
POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2840-01-333-6592-XN, Ref Nr 9512M12P10, Qty 528 EA,
  Delivery FOB Origin-----. Drawings are not available. Since
  this is a "source controlled" item,  competition shall be restricted
  to GE-Lynn., See Note 22
CITE: (I-361 SN015469)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 30--SHAFT SEALS
SOL N00406-97-R-5045
DUE 021497
POC T. Kelly
DESC: Shaft seals, 4 each, type MX-9 stern tube seal for MCM
  class minehunters 8.50 in accordance with NAVSEA shipalt 222D
  FOB point origin inspection and acceptance: origin notes 22
  applies sole source to john crane marine, buffalo grove il
  the proposed contract action is for materials for which the
  government intends to solicit and negotiate with only one source
  under FAR 6.302 All responsible sources may submit (offer/bid/quotation)
  which shall be considered by Fleet & Industrial Supply Center
  Puget Sound Telephone requests will not be honored Fax requests
  will be honored and should be made to (360) 476-2931
CITE: (I-360 SN015456)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: General Services Administration, Federal Supply Service,
   Automotive Center, FCAP, Washington, DC 20406
SUBJECT: 38--PART I, SECTION A:  CONSTRUCTION AND HIGHWAY MAINTENANCE
   EQUIPMENT
SOL FCAP-S5-95-0038-2-N
DUE 011497
POC Jacqulin M. Draughn (703) 305-5918, Brenda Sajous (703) 
  308-4665OR christy morrison (703) 305-5840
DESC: Correcton:  the due date originally publicized in the CBD
  dated  December 26, 1996 is corrected to be January 14, 1997.
   All other  information publicized in the original synopsis
  is correct.  See NOTE 12.
CITE: (I-360 SN015462)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02411N, 2531
  Jefferson Davis Highway, Arlington, VA  22242-5160
SUBJECT: 42--NON-DEVELOPMENTAL, OPEN-CIRCUIT SELF-CONTAINED BREATHING
  APPARATUS FOR FIRE FIGHTING EQUIPMENT
POC Thomas Bikowski, Contracting Officer, 703-602-8200; 02411N,
  Evelyn Lamendola, Contract Specialist, 703-602-8200
DESC: The Naval Sea Systems Command will be procuring a non-developmental,
  open-circuit Self-Contained Breathing Apparatus (SCBA) for
  fire fighting equipment using one or more Blanket Purchasing
  Agreement(s) (BPA) under existing General Services Administration
  (GSA) Federal Supply Schedule (FSS) Multiple Award Contracts.
   The SCBA shall fully comply with, and be certified to, Title
  42 of the Federal Code of Regulations (42 CFR), Part 84, Subpart
  H, and shall comply with the National Fire Protection Association
  (NFPA) Standard 1981.  The SCBA is in the Federal Supply Class
  (FSC) Group 42, Part I, Section B, of the GSA FSS.  The Estimated
  order quality for the first BPA is 400 SCBAs and 800 spare
  cylinders for which delivery will be required no later than
  November 1997.  During the ordering period, the Government
  may contact competitions for additional BPAs covering the Navy
  SCBAs.  NAVSEA ultimately intends to outfit the fleet with
  the new SCBAs for approximately 21,000 SCBAs and 50,000 spare
  cylinders.  NAVSEA will hold an industry briefing for all interested
  parties at 1200 p.m. on Thursday, 6 February 1997 at Naval
  Sea Systems Command, 2531 Jefferson Davis Highway, Arlington,
  VA  22242, Room 3S11. You are requested to confirm your intent
  to attend by letter addressed to Evelyn Lamendola, SEA 02411N,
  at the same address and/or FAX (703) 602-6235
CITE: (I-361 SN015466)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  APO, AA  34011-2300
SUBJECT: 42--CONFINED SPACE/HIGH ANGLE RESCUE EQUIPMENT
SOL PAP-84567-QN-29
DUE 012397
POC CAMILO A. VALDES JR., CONTRACT SPECIALIST, (507) 272-4658,
  G. M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658
DESC: CONFINED SPACE/HIGH ANGLE RESCUE EQUIPMENT, P.M.I AND U.H.A.R.T.
  PRODUCTS, OR EQUAL, COMPLYING WITH NFPA, ANSI, OSHA AND COLASHA
  STANDARDS.  QUANTITY: VARIOUS ITEMS.  DELIVERY 30 DAYS FOB
  JEFFERSON LA. OR 60 DAYS CIF AT BALBOA, REP. OF PANAMA AFTER
  RECEIPT OF NOTICE OF AWARD.  WHEN REQUESTING THE SOLICITATION,
  STATE NAME, ADDRESS, AND SOLICITATION NUMBER.  REQUESTS WILL
  BE ACCEPTED BY FACSIMILE AT 011-507-272-7661/1512 OR TELEX
  3034 PCCAMRM-PG.  ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION
  WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE COMMISSION.
   BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE
  LOWEST PRICE.  IN DETERMINING "BEST VALUE" FACTORS SUCH AS
  DELIVERY TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE
  AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE
  IS ADVANTAGEOUS TO PCC.
CITE: (I-361 SN015539)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment
OFFADD: McAlester Army Ammunition Plant, McAlester, OK 74501-9002
SUBJECT: 46--DEAERATOR, BOILER FEEDWATER
SOL DAAA31-97-T-0014
DUE 022097
POC Peggy King for information, (918) 421-2577; for copy of solicitation
  package send facsimile request to (918) 421-2536; Contracting
  Officer, Clifford N. Caldwell, (918) 421-2479.
DESC: Deaerators--1-York-Shipley automatic packaged Model YSD-10
  or equivalent, horizontal spray type, completely assembled
  and ready to start deaerating water upon connection of steam,
  water, vent and electrical lines. 10,000 PPH, 200 gal storage
  capacity, DP 50 PSI, OP 5 PSI. Tank support stand, control
  panel assembly, pump and motor assemblies, piping assemblies
  and discharge piping. 1 each. 2-48,000 horizontal integral
  tank tray type deaerator without trim. Replacement unit for
  a Chicago Heater Co. Serial #3435, Dwg #C-3144. 48" dia. welded
  to a 48" dia. x 8'6" storage tank overall height is 9" x 9".
  New tank must not exceed this height unit. 1 each. 3-20,000
  PPH deaerator for feed water replacing   Bryan & Hoppes Mfg.
  Co. Serial #A-23798-HT, year 1975. Tray type integral deaerator
  top poration is 30" dia. welded to a 36" dia. horizontal storage
  tank unit. 1 each. All three units fabricated IAW A.S.M.E.
  boiler code. This acquisition is 100 percent set aside for
  small business. No telephone requests for the solicitation
  will be accepted. Only written or faxed requests received directly
  from the requestor are acceptable. Send requests to Commander,
  McAlester Army Ammunition Plant, Attn: SIOMC PC, 1 C Tree Road,
  McAlester, OK 74501-9002. Fax number is (918) 421-2536.
CITE: (M-361 SN015552)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: 51--MOBILITY TOOL KIT
SOL F42650-96-T-H211
DUE 012397
POC For copy, Sherry Eldridge/Pkocc/[801]777-2495, For additional
   information contact Sherry Eldridge/Pkocc/[801]777-2495
DESC: Mobility Tool Kit, NSN: 5120PCTK1152; P/N: CTK1152. This
  is a  mobility tool kit with assorted wrenches, sockets, ratchet,
  flexocket, drivers, pliers, scraper, cutters, screwdrivers,
  adaptors, hammers, wirestrip. Fashioned for mobility purposes
  in a foam kit with numbering by laser for each tool within
  the kit for trackability and kitting purposes. This is an essential
  feature for kits used on flight lines. 7 KT, Del Date 15 MAR
  97. Contractor is located worldwide with on site support and
  fits mobility contingencies locations, their tools are life
  time warranted. The approximate issue/response date will be
  14 Jan 97. The anticipated award date will be 24 Jan 97. Oral
  procedure will be used for this solicitation. To: Snap On Tools
  Corp, Sacramento Ca 95834. All responsible sources solicited
  may submit a bid, proposal, or quotation which shall be considered.
  It is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Request for
  copies of solicitations must reference the entire solicitation
  number, including purchasing office identification number.
  To expedite your request, limit the number of individual solicitation
  numbers requested per letter to not more than 10. Don't request
  information on this requirement until after the issue date.
  An Ombudsman has been appointed to hear concerns from offerors
  or potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor, concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
  This synopsis contains enough information for the buyer to
  receive oral quotes. No separate written solicitation will
  be issued. If you are interested in quoting on this acquisition,
  please contact the buyer stated above with your quote.
CITE: (I-360 SN015454)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International
  Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku
  3-chome Shinjuku-ku, Tokyo 163-14 Japan
SUBJECT: 58--ATM BACKBONE SYSTEM
SOL IPO.08-216
DUE 021797
POC Point of Contact - NTT America, Inc., Head Office, 101 Park
  Avenue, 41st Floor, New York, NY 10178, 212/661-0810 also NTT
  America, Inc., Pacific and Western Division 700 E. El Camino
  Real, Suite #200, Mountain View, CA 94040, 415/940-6565
DESC: Product outline:  This system  accomodates LANs and terminals
  with ATM-NIC, and manages virtual LANs, and has capabilities
  to communicate with the public network.  The components of
  this system are ATM backbone  switch and Network management
  system(NMS).  Quantity:  approximately 30sets/yearThe number
  of suppliers to be awarded: One or two supplier(s).Procurement
  procedure: Track II. Delivery date: The beginning June 1997
  or later  Delivery site(s): NTT will separately specify the
  place(s) in Japan as delivery site(s).  Please note that the
  quantities and procurement periods shown above indicate currently
  sheduled values, and may be subject to change due to to circumstances
  within NTT. THIS NOTICE IS FOR INFORMATION ONLY.  PROCUREMENT
  DOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING
  THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.
   PROCUREMENT DOCUMENTATION is available for $100 (Excluding
  sales tax) at NTT America, Inc.  NTT only accepts proposals
  that follow the direction of PROCUREMENT DOCUMENTATION.  The
  language used for application shall be Japanese or English.
   All responses should be received by February 17, 1997
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-361 SN015464)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--CONTROL UNIT,SWITCH
SOL N0038397QF014
DUE 020397
POC Contact Point, David   Necowitz, 0234.08, (215)697-3821,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 7R-5821-01-215-3451-RF, Ref Nr 622-6324-002, Qty 10
  EA, Delivery FOB Origin--This is a sole source requirement
  with Rockwell Collins.  Drawings are not  available at The
  Naval Inventory Control Point., See Note 22
CITE: (I-361 SN015470)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International
   Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku
  3-chome  Shinjuku-ku, Tokyo 163-14 Japan
SUBJECT: 58--A)CLIENT COMPUTER (B)LASER PRINTER
SOL IPO.08-415
DUE 020397
POC Point of Contact - NTT America, Inc., Head Office, 101 Park
  Avenue,  41st Floor, New York, NY 10178, 212/661-0810 also
  NTT America, Inc., Pacific and  Western Division 700 E. El
  Camino Real, Suite #200, Mountain View, CA 94040, 415/ 940-6565
DESC:  This public notice is to request suppliers to provide
  N TT with general  referential information on similar products
  or technology prior to procurement of the  intended product
  (mentioned below) by NTT.  This public notice is also to request
  that  any suppliers wishing to participate as a subcontractor
  in the procurement program of this  product should declare
  their intentions to that effect.  This public notice is not
  intended to  guarantee public notification of procurement of
  the product.  (1) Name: (a)Client  Computer (b)Laser printer
  (2) Overview: Computer for client (Windows NT Japanese  edition
  based) and laser output printer    (3) Contents of RFI: NTT
  is inviting the following types of information on a product
  or  technology similar to the above-mentioned system.  This
  is not, however, a request for  suppliers to provide proprietary
  and/or confidential information,  (1) Technical information
  (1-1) Client computer    (a) Version and function of Windows
  NT that can be supplied    (b) Hardware specification    (c)
  Future product plans    (d) Types and characteristics of data
  backup equipment and its available media,        and measures
  to cope with the standardization trends    (e) Connectable
  telecommunication lines(INS net/packet communication mode,
        frame relay, etc.)    (f) Types of connectable LAN  
   (g) Printout methods and printer functions    (h) Functions
  to share a printer and its product plans    (i) Measures to
  copes with the  $B#V#D#T (J standards    (j) Types and functions
  of application packages that can be loaded (catalog list, etc.)
     (k) Operational environment  (temperature, humidity, etc.)
  (1-2) Laser Printer    (a) Functions available on Windows NT
  and future supply plan    (b) Hardware specifications    (c)
  Future product plans    (d) Printing speed per page of A4 size
  paper    (e) Maximum allowable number of papers containable
  In the sheet feeder, allowable       paper weight (grams/quare
  meter)     (f) Available paper size (A4, B5, A5, etc.) and
  the number of different sizes that       can be loaded at one
  time    (g) Operational environment  (temperature, humidity,
  etc.) (2) Market price (3) Standard delivery date after making
  orders (4) Sales and installation records (5) Your company
  (IT (Js policy toward technologies to achieve multimedia (6)
  Other (Any other active proposals that might be helpful for
  NTT (IT (Js business)   (4) Request for Declaration of the
  Intention of Participating as a Subcontractor: Any  suppliers
  wishing to participate as a subcontractor in the product procurement
  program of  NTT, are requested to supply NTT with the information
  listed below.  After preparing a  list of supplied information,
  NTT will provide the list to suppliers who wish to be  provided
  with it, to those who have responded to the request for supply
  of the  information listed and to those who have purchased
  the PROCUREMENT  DOCUMENTATION relating to procurement of the
  product.  NTT, however, will  undertake no responsibilies for
  any outcomes arising from supply of the list, (i)Name of  supplier,
  (ii)Place of contact (Address, name of the person in charge,
  telephone number,  and fascimile number).  (5) Deadline of
  submission of materials and comments: 3:00 PM,  Feb 3, 1997
  (Mail must arrive no later than the above date).  (6) Language:
  Japanese or  English*****
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-361 SN015463)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--TUBE UNIT
SOL F42620-97-Q-24644 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Peggy Frecker/Lfke/[801]777-5817
DESC: Amended, Change solicitation number to F42620-97-R-1005.
  As a  result of this action solicitation F42620-97-Q-24644
  is cancelled.
CITE: (I-360 SN015451)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--CIRCUIT CARD ASSY
SOL F42620-97-R-24701
DUE 021397
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 5998-01-331-0671WF P/N: 16C0864-817, Replaceable
   CCA of the ECA. Dim: 5.75 x 4.50 x. 75. Wt: 6 lbs. 81ea. Applicable
  to: F16 A/B/C/D. Destn: Hill Air Force Base, Ut 84056-5820.
  Delivery: 31 Mar 97 81 ea Item 0002 data, 1 lot Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) all The approximate issue/response date will be
  14 Jan 97. To: Precision Logistics Inc, Richmond Ca 94804 4579.
  To: T M Systems Inc, Bridgeport Ct 06601-9209. First article
  test required. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. This proposed
  procurement is under a 100 percent small business set aside,
  the size standard for which is 500 employees. An Ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 1,26.
CITE: (I-360 SN015453)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Wr-Alc/Luk, 226 Cochran St, Robins Air Force Base Ga
  31098-1622
SUBJECT: 59--SATCOM ANTENNA
SOL F09603-97-R-72001
DUE 021497
POC For copy, WR-ALC/PKXOC include mfg code, For additional 
  information contact Donald L. Howard/Luka/912-926-2477
DESC: Item 0001 NSN 5985-01-426-5707SO P/N: 19-430-10P28, DIM:
  H-8.2";  DIA-15.9"; WT-7.5LBS. MATERAIL: MULTIPLE. FUNC: SATELLITE
  COMMUNICATION ANTENNA, 240-400 MHZ FREQ RANGE. 24ea. Applicable
  to: C-130 Satcom Antenna. Destn: Robins Air Force Base Ga 31098-1622.
  Delivery: 30 MAY 97 24 ea FAX NR 912-926-3360 The approximate
  issue/response date will be 15 Jan 97. The anticipated award
  date will be 31 MAR 97. Written procedure will be used for
  this solicitation. To: Chelton Inc, Lewisville Tx 75067-0976.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. nnnn All potential offerors should contact the
  buyer/PCO identified above for additional information and/or
  to communicate concerns, if any, concerning this acquisition.
  If your concerns are not satisfied by the contacting officer,
  an Ombudsman has been appointed to hear serious concerns that
  are not resolved through established channels. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate serious
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. When appropriate,
  potential offerors may contact Ombudsman James Grant, Chief,
  Contract Policy Division, at 912-926-2604. Please be prepared
  to identify previous contacts made by you in an attempt to
  resolve you concerns. See Note (s) 22.
CITE: (I-361 SN015541)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: 66--DC MAGNET COILS
SOL N00173-97-Q-0020
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research Laboratory has a requirement for two water
  cooled DC magnet coils with a mean diameter of 2.2 +/- 0.01
  meters, coil cross section of less than 12cm x 12 cm, current
  rating of 1100 ampheres DC, ampere-turns of 40,000 for 36 turn/coil,
  water cooling pressure drop of less than 25 psi for 6 gallons/minute
  flow/coil and 55 degrees F incoming chilled water temperature,
  coils should be self supporting and wrapped with fiberglass,
  and epoxy impregnated, also manifold for parallelling cooling
  paths should be furnished.
CITE: (I-361 SN015490)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Road, Morgantown,
  WV 26505-2888
SUBJECT: 66--FURNISH FIELD PORTABLE X-RAY FLUORESCENCE SPECTROMETER
  TO THE APPALACHIAN LABORATORY FOR OCCUPATIONAL SAFETY AND HEALTH,
  MORGANTOWN, WV
SOL 97-003
DUE 013197
POC Brenda Goodwin, (304) 285-5882/Contracting Officer, Rex S.
  Wolfe, (304) 285-5883.
DESC: Field Portable X-Ray Fluorescence Spectrometer with the
  following required features: battery operation with battery
  recharging capability; detector probe capable of analyzing
  samples on air filters up to 25mm diameter (47 mm diameter
  is preferable); ability to detect elements (iron and chromium
  (primary) and other metallic elements); ability to display
  spectrum of results; unit sensitivity range of less than .002
  mg/cm2 for iron; unit must  not require liquid nitrogen for
  cooling; and unit must be able to transfer collected data to
  a computer. This procurement is a 100% set-aside for small
  businesses only. The Standard Industrial Classification (SIC)
  Code for this requirement is 3829  with a size standard of
  500 employees. Requests for the  solicitation package must
  be submitted in writing or faxed to (304) 285-6083. The solicitation
  will be issued on or about 1/10/97. All responsible sources
  may submit a bid, which shall be considered by the Agency.
CITE: (M-361 SN015525)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: 66--SOLID STATE LASER
SOL 848000700011BJ
DUE 011797
POC BJ Roberts (303) 497-3799
DESC: The necessary specifications include:  5 Watts output at
  532 nm, in pure TEM00 mode, with M-squared measure of 1.2 or
  less.  It is essential that the basic design of the laser system
  be such that the output power in single mode regime can be
  increased in the future as the product line evolves: this means
  the vendor must have already demonstrated at least 8 Watts
  output from a laboratory model.  Slow frequency variations
  associated with lab vibrations should be acceptable, but higher
  frequency perturbations such as would be associated mode-jumping
  and/or with water-immersion cooling and arc lamp pumping would
  contaminate our experiment and are unacceptable. Consequently
  it is necessary that the Nd laser material be pumped by a diode
  laser source(s), to assure high efficiency and thus avoid the
  requirement for water-immersion cooling.  Intensity variations
  are also extremely important for our OPO experiment, with rms
  intensity noise to be below 0.1% rms in a bandwidth from 0.1
  Hz to 10 MHz.  (If vendor's basic laser cannot meet this specification,
  a user access to the pump diode current shall be provided so
  that we can ensure the needed intensity stability by our own
  external servo system.  An appropriate port would allow up
  to 1% diode laser intensity control with 30 MHz control bandwidth
  and a time delay below 10 nanoseconds.) No RFQ package will
  be issued.
CITE: (I-361 SN015494)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: 66--SOLID STATE LASER
SOL 848000700011BJ
DUE 011797
POC BJ Roberts (303) 497-3799
DESC: The necessary specifications include:  5 Watts output at
  532 nm, in pure TEM00 mode, with M-squared measure of 1.2 or
  less.  It is essential that the basic design of the laser system
  be such that the output power in single mode regime can be
  increased in the future as the product line evolves: this means
  the vendor must have already demonstrated at least 8 Watts
  output from a laboratory model.  Slow frequency variations
  associated with lab vibrations should be acceptable, but higher
  frequency perturbations such as would be associated mode-jumping
  and/or with water-immersion cooling and arc lamp pumping would
  contaminate our experiment and are unacceptable. Consequently
  it is necessary that the Nd laser material be pumped by a diode
  laser source(s), to assure high efficiency and thus avoid the
  requirement for water-immersion cooling.  Intensity variations
  are also extremely important for our OPO experiment, with rms
  intensity noise to be below 0.1% rms in a bandwidth from 0.1
  Hz to 10 MHz.  (If vendor's basic laser cannot meet this specification,
  a user access to the pump diode current shall be provided so
  that we can ensure the needed intensity stability by our own
  external servo system.  An appropriate port would allow up
  to 1% diode laser intensity control with 30 MHz control bandwidth
  and a time delay below 10 nanoseconds.) No RFQ package will
  be issued.
CITE: (I-361 SN015495)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Mine Safety & Health Administration, Branch of Acquisition
  Management, POBox 25367, Denver, CO 80225-0367
SUBJECT: 66--TOPOGRAPHIC ABNEY LEVEL W/INTERCHANGEABLE ARCS
SOL 97-2
DUE 012197
POC Kathy Viglione, (303) 231-5405.
DESC: Mine Safety & Health Administration requires Topographic
  Abney Levels with two interchangeable arcs. One arc should
  read 0 to 60 degrees in both directions and percent of grade.
  One arc should read chainage correction and topographic arc.
  Sighting tube minimum 6-1/4" long extending to 7-3/8". Index
  has friction movement for fine adjustment. Level vial must
  withstand rough conditions and temperature ranges of -20 to
  +160 degrees fahrenheit. Complete with carrying case w/belt
  loop. All responsible sources may submit information and specifications
  on product which meets our requirements. Fax to Kathy Viglione,
  (303) 231-5545.
CITE: (M-361 SN015499)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: 70--COMPUTER SOFTWARE
SOL EASC 97-2314
DUE 011097
POC William D. Privott, Contracting Officer, (757) 441-6561/Carrie
  Houck (757) 441-6648
DESC: Provide Pricing for the Following Software, Manufactured
  by ESRI of Charlotte, NC, or equal: ArcView MAC Upgrade From
  2.1 to 3.0 qty 1 each; ArcView Windows Upgrade From 2.1 to
  3.0 qty 4 each: ArcView UNIX Upgrade from 2.1 to 3.0 qty 7
  each; Spatial Analyst for Windows qty 6 each; Network Analyst
  for Windows qty 1 each; Spatial Analyst for UNIX qty 6 each;
  Network Analyst for UNIX qty 1 each; EWF76 ARC/INFO qty 1 each:
  EWF80 GRIO qty 1 each; EWV301 ARCVIEW UNIX qty 1 each; EWV330
  SPATIAL ANALYST UNIX qty 1 each; EWW301 ARCVIEW WINDOWS qty
  1 each; EWW345 SPATIAL ANALYST WINDOWS qty 1 each. Items SHALL
  be delivered FOB destination to: US DEPARTMENT OF COMMERCE,
  NOAA, COASTAL SERVICES CENTER, 2234 SOUTH HOBSON AVE., CHARLESTON,
  SC 29405-2413. DELIVERY IS DESIRED WITHIN 30 DAYS. This is
  100% set-aside for small business. The applicable SIC Code
  for this requirement is 7371. This is a combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in Subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation; proposals are being requested and a written
  solicitation WILL NOT BE ISSUED. The solicitation document
  and incorporated provisions and clauses are those effect through
  Federal Acquisition Circular 90-42. The provision at 52.212-1,
  Instructions to Offers- Commercial, and 52.212-4 Contract Terms
  and Conditions-Commercial Items, applies to this acquisition.
  Offerors are required to submit a completed copy of the provision
  at 52.212-3,Offeror Representations and Certifications-Commercial
  Items, with their offer. Clause 52.212-5 Contract Terms and
  Conditions Required to Implement Statutes or Executive Orders-
  Commercial Items,applies to this acquisition and a statement
  regarding which, if any, of the additional FAR clauses cited
  in the clause are applicable to the acquistion, including the
  following additional FAR clauses: 52.203-6, Restrictions on
  Subcontractor Sales to the Government, with Alternate I, 52.201-10,
  Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8,
  Utilization of Small Business Concerns and Small Disadvantaged
  Business Concerns, 52.219-9, Small, Small Disadvantaged and
  Women-Owned Small Business Subcontracting Plan; 52.222-26,
  Equal Opportunity; 52.222-35, Affirmative Action for Special
  Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action
  for Handicapped Workers; 52.222-37, Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era; 52.225-3
  Buy American Act - Supplies; 52.225-18, European Community
  Sanctions for End Products. Proposals are to be faxed to (757)
  441-3735/(757) 441-3786. Numbered Note 1 applies. 
EMAILADD: carrie.f.houck@noaa.gov
EMAILDESC: 
CITE: (W-361 SN015477)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: 60TH CONTRACTING SQUADRON, 60 CONSQ/LGC, 350 HANGAR AVE,
  TRAVIS AFB, CA 94535-2632
SUBJECT: 70--COMPUTER UPGRADES TO 166 PENTIUMS, 20 EACH
SOL F04626-96-Q0266
POC Rebecca Drummond (707) 424-7725, Contracting Officer, Josephine
  Cobb (707) 424-7720.
DESC: The proposed acquisition is for labor, parts, materials,
  transportation to upgrade 20 personal computers. All required
  components and specifications will be provided. All interested
  parties must provide zip +4 and their fax number in return
  address, when requesting a bid package. All inquiries must
  be submitted in writing either by fax or mail. Issue date on
  or about 13 Jan 96. Fax number is (707) 424-2712. Telephone
  requests will not be honored.
CITE: (M-361 SN015547)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118
  SUSQUEHANNA BLVD, APG MD 21005-5001
SUBJECT: 99--CONCESSIONAIRE CONTRACT TO OPERATE CHUCKWAGON TRUCKS
  AT ABERDEEN AND EDGEWOOD AREAS OF ABERDEEN PROVING GROUND,
  MD.
SOL NAFDA2-97-R-0514
DUE 022897
POC Contract Specialist Sherri Comer (410) 278-0867 (Site Code
  DAAD05)
DESC: Concessionaire shall provide supplies, equipment and labor
  necessary to operate a minimum of two (2) catering trucks,
  one (1) in the Aberdeen area and one (1) in the Edgewood area
  of Aberdeen Proving Ground. Concessionaire agrees to pay a
  concession ee (a percentage of gross revenue) to the Post Restaurant
  Fund for each year of performance. Period of performance is
  from 1 May 97 through 30 April 98 plus four one year options.
  The opening/closing date above is estimated. No telephone requests,
  only writen or facsimile (410-278-0904/0905) requests will
  be accepted.
CITE: (I-361 SN015530)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD
  AVE, ANNISTON AL 36201-4199
SUBJECT: 99--NON-PERSONAL SERVICES: PROVIDE MAINTENANCE ON IBM
  MAINFRAME PERIPHERAL COMPUTER EQUIPMENT.
SOL DAAC01-97-Q-0045
DUE 011397
POC Purchasing Agent ROCHELLE PRESTON (205) 235-6528 Contracting
  Officer JANICE L NORTON (205) 235-6629 (Site Code DAAC01)
DESC: Non-Personal Services: Provide maintenance on IBM Mainframe
  Peripheral Computer Equipment for base and two - one year (12)
  month options. Base will be for eighteen (18) months to begin
  on 1 Oct 97 thru 31 Mar 98. Option year number 1 to begin 1
  Apr 9 thru 31 Mar 99, option year number 2 to begin 1 Apr 99
  thru 31 Mar 2000. Includes preventive and remedial maintenance
  services. Quotes for less than all items will not be acceptable.
  The equipment is located at Anniston Army Depot, Bynum, Al.
  All responsile business sources may submit a quote which will
  be considered. Request for equipment listing/description/specifications
  must be in writing and may be datafaxed to AC (205) 235-6353.
  Telephone requests will not be acknowledged.
CITE: (I-361 SN015531)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: A--MEGA DATA TRANSFER CARTRIDGE/PROCESSOR
CNT F42620-97-C-0026, F42620-96-R-65197
AMT $2,181,270
DTD 122496
TO Fairchild Defense, 20301 Century Blvd, Germantown Md 20874-1182
CITE: (I-360 SN015449)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Dept of Health and Human Services, Indian Health Service,
  Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm
  710, Seattle, WA 98121
SUBJECT: C--DESIGN SERVICES FOR THE NEW COMPREHENSIVE HEALTH
  CARE FACILITY @ WINNEBAGO, NE, PROJECT #AB9OW119H7
POC Judi M. Jzyk, Contracting Officer, 206/615-2025
CNT 102-97-0001
AMT $1,507,739
DTD 102496
TO Wyatt/Rhodes, Inc., 3820 North Third Street, Phoenix, AZ 85012-2092
CITE: (W-361 SN015528)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker
  Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania
  19107
SUBJECT: C--INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURE AND
  GENERAL ENGINEERING SERVICES
POC Gwendolyn V. McBride, Contract Specialist, 215-656-6774
CNT DACW61-97-D-0002
AMT NTE $500,000.00
LINE N/A
DTD 122496
TO Ocean Surveys, Incorporated, 91 Sheffield Street, Old Saybrook,
  Connecticut 06475
CITE: (W-361 SN015540)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DHHS/National Institute on Alcohol Abuse and Alcoholism,
  Contracts Management Branch,Willco Building, Suite 504, 6000
  Executive Boulevard, MSC 7003, Bethesda, Maryland 20892-7003
SUBJECT: D--ENHANCEMENT AND SUPPORT OF SPIRIT SOFTWARE
CNT AA-97-02
AMT $49,630
LINE N01AA71003
DTD 121896
TO AI Resources, Inc., 324 Rossiter Avenue, Baltimore, Maryland
  21212
CITE: (I-361 SN015514)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Director, Strategic Systems Programs, 1931 Jefferson
  Davis Hwy., Arlington, VA 22202-3518
SUBJECT: J--TECHNICAL ENGINEERING SERVICES FOR THE TRIDENT II
  (D5) LAUNCHER SUBSYSTEM AND THE LAUNCHER BACKFIT PROGRAM
POC Gerald F. Miskelly, SPN-60 (703) 607-5361.
CNT N00030-97-C-0001
AMT $49,159,587.00
LINE 0001-0003
DTD 121396
TO Northrop Grumman Marine Systems, 401 E Hendy Avenue, Sunnyvale,
  California 94088-3499
CITE: (M-361 SN015522)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: J--HARPOON REPAIRS
POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac
  Sims Jr., (314) 232-4204.
CNT N00019-94-G-0164 JZ4C
AMT $47,000.00
LINE 0001
DTD 090996
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-361 SN015557)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: J--HARPOON REPAIRS
POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac
  Sims Jr., (314) 232-4204.
CNT N00019-94-G-0164 JZ3U
AMT $351,054.00
LINE 0001
DTD 081696
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516
CITE: (M-361 SN015562)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box  516, St. Louis, MO 63166-0516
SUBJECT: J--HARPOON REPAIRS
POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac
  Sims Jr., (314) 232-4204.
CNT N00019-94-G-0164 JZ3H
AMT $60,072.00
LINE 2101
DTD 071896
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
   Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-361 SN015583)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: L--TECHNICAL REPRESENTATION SERVICES
POC Jim Stafford, (314) 233-9156, Contracting Officer, Gary J.
  Dobos, (314) 233-9136.
CNT N00019-94-G-0164 JZ5G
AMT $237,829.00
LINE 4611
DTD 093096
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516
CITE: (M-361 SN015561)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: L--TECHNICAL REPRESENTATION SERVICES
POC Jim Stafford, (314) 233-9156, Contracting Officer, Monica
  Proehl, (314) 232-8682.
CNT N00019-94-G-0164 JZ3A
AMT $83,000.00
LINE 3911
DTD 070996
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-361 SN015582)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  OC 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222
SUBJECT: R--SUPPORT FOR DIRECTOR'S CONSUMER LIAISON GROUP PLANNING
  COMMITTEE MEETING OFFICE OF LIAISON ACTIVITIES OFFICE OF CANCER
  UNICATIONS NATIONAL CANCER INSTITUTE
POC David M. Keefer, Contracting Officer 301/496-8628.
CNT 263-mq-709185
AMT $39,890.00
LINE N/A
DTD 122496
TO Palladian Partners Inc., Ste 440W, 7315 Wisconsin Ave, Bethesda,
  MD 20814
CITE: (I-361 SN015488)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il 60018
SUBJECT: S--AWARD OF JANITORIAL CONTRACT, FEDERAL AVIATION ADMINISTRATION,
  AIR ROUTE TRAFFIC CONTROL CENTER, INDIANAPOLIS, IN.
POC Contact Lisa Lester, Contracting Officer, AGL-72A, at (847)
  294-7320.
CNT DTFA14-97-C-33848
AMT $112,250.97
LINE N/A
DTD 010197
TO Janitors & Maids of America Services, Inc., 4002 N. Cornelius
  Ave., Indianapolis, IN 46208
CITE: (I-361 SN015487)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge, Facilities Contracting Department,
  Navy Public Works Center, Portsmouth Division, Norfolk Naval
  Shipyard, Building 492, Portsmouth, Virginia 23709-5000
SUBJECT: S--GROUNDS MAINTENANCE AT THE NORFOLK NAVAL SHIPYARD,
  PORTSMOUTH, VIRGINIA 23709-5000
POC Diana Ferrer, (757) 396-2460, J.K. Bailey, Contracting Officer,
  (757) 396-2460.
CNT N00187-95-D-8732
AMT $797,844.02 (Estimated)
LINE Line Items 0001 through 0002
DTD 121296
TO Lee's Contracting Services, Inc., 3318 Bainbridge Boulevard,
  Chesapeake, Virginia 23324
CITE: (M-361 SN015498)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: S--MAINTENANCE CLEANING SERVICE OF DUCTWORK, VENTS,
  DIFFUSERS AND REGISTERS AT NAVAL INVENTORY CONTROL POINT, MECHANICSBURG,
  PA
POC P.K. Green (717) 790-4665, FAX (717) 790-2579/Contracting
  Officer, C.A. Hall (717) 790-6238.
CNT N62472-96-D-4193
AMT $68,825.75
LINE 0001
DTD 112796
TO Advance Environmental Services, P.O. Box 176, Rockwall, TX
  75087
CITE: (M-361 SN015508)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: T--T--REPLICATION SERVICES
POC Susan Afuso, (808) 474-2397 Ext. 220, Contract Specialist,
  Robert S. Kay, Contracting Officer
CNT N00604-97-D-0016
AMT $52,515
LINE 0001
DTD 122496
TO Imation Enterprises Corp, 1425 Parkway Drive, Menomonie, WI
  54751
CITE: (I-360 SN015459)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: St. Louis  Regional Printing Procurement Office, U.S.
  Government Printing Office, 815 Olive St., Room 328, St. Louis,
  MO  63101-1597
SUBJECT: T--PRINTING
POC Russ Woodmancy, (314) 241-1707; Contracting Officer Lorraine
  Horton.
CNT Program 2629-S
AMT $385,732.00
DTD 111296
TO Astraltech Americas Inc., 5400 Broken Sound Blvd., Boca Raton,
  FL 33487.
CITE: (M-361 SN015519)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Philadelphia Regional Printing Procurement Office, U.S.
  Government Printing Office, Southhamption Office Park, Suite
  A-190, 928 Jaymore Road, Southamption, PA 18966
SUBJECT: T--OFFSET PRINTING
CNT Program 2246-S
AMT $57,828.85
DTD 121896
TO Huggis Printing Co., 29th & Sycamore Sts., Harrisburg, PA
  17111
CITE: (M-361 SN015548)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry
  Drive, West Haven, CT 06516
SUBJECT: V--AMBULANCE SERVICES
POC Mark Phillips, 203-937-3086
CNT V689P-2426
AMT $338,304
LINE 2
DTD 121696
TO Danbury Ambulance, 14 Walnut Street, Danbury, CT 06811
CITE: (I-361 SN015564)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Bureau of Reclamation, Lower Colorado Regional Office,
  400 Railroad Ave, Boulder City, NV 89005-2422
SUBJECT: Y--THREE-FINGER LAKE PROJECT, PHASE II - CIBOLA AREA,
  ENDANGERED SPECIES PROGRAM, CALIFORNIA
POC Sonja Poindexter, Procurement Technician, 702-293-8569
CNT 1425-7-CC-30-11590
AMT $337,062
DTD 122496
TO Royden Construction Company, 3423 S. 51st Avenue, Phoenix
  AZ 85043
CITE: (W-361 SN015496)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 30 CONS/LGCCB, Bldg 7015, Section 2A, 806 13th Street,
  Suite 2, Vandenberg AFB CA 93437-5226
SUBJECT: Y--REPLACE MILITARY FAMILY HOUSING, PHASE IV
POC Claudia McMorris, Procurement Technical, (805) 734-8232 ext.
  6-3758, Cora L. Armstrong, Contract Specialist (805) 734-8232,
  ext 6-8376. Charles Painter, Contracting Officer, (805) 734-8232,
  ext 6-5002.
CNT F04684-97-C0008 & F04684-97-B0001
AMT $15,486,936.00
LINE Clin 0001-0006
DTD 121396
TO Harper Nielsen Dillingham Builders Inc, 2241 Kettner Blvd,
  Suite 300, San Diego, CA 92101, (619) 233-7900.
CITE: (M-361 SN015518)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: VA Medical Center, Acquisition & Materiel Management
  Service, 2250 Leestown Road, Lexington, KY 40511-1093
SUBJECT: Z--COMPLETE FIRE SPRINKLERS
POC Contact Point, Angie S. Napier, (606)281-3955, Contracting
  Officer, Joyce L. White, (606)281-3954, FAX (606)281-3971
CNT V596C-976
AMT $464,100
LINE N/A
DTD 122396
TO Landmark Sprinkler, Inc., 2317 Old Frankfort Pike, Lexington,
  KY 40510
CITE: (I-361 SN015491)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 750 CONF/LGCC, Onizuka Air Station, 1080 Lockheed Way
  Box 039, Sunnyvale CA 94089-1234
SUBJECT: Z--REPAIR  ROOF BUILDING 1001, PHASES II AND III, ONIZUKA
  AIR STATION, CA
POC SSgt Lillian G. Minor, Contracting Specialist, Patricia D.
  Thompson, Contracting Officer, (408) 752-3057.
CNT F04689-97-C-Q001
AMT $842,000.00
DTD 111596
TO Universal Coatings, 5449 E. La Mona Ave., Fresno, CA 93727.
CITE: (M-361 SN015502)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Building 5 (097),
  WPNSTA CHASN, 2316 Red Bank Road, Suite 100, Goose Creek, SC
  29445-8601
SUBJECT: Z--INDEFINITE QUANTITY FOR RAILROAD REPAIR, NAVAL WEAPONS
  STATION, CHARLESTON, SC
CNT N62467-96-D-4463
AMT $1,077,700.00
LINE 0001
DTD 121296
TO STX Corporation, P.O. Box 2915, Peachtree City, GA 30269
CITE: (M-361 SN015505)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contrcts, PCS Box
  80006, Cherry Point, North Carolina 28533-0006
SUBJECT: Z--CONTRACT N62470-96-C-5830, REPAIRS TO BOQ 496 AND
  BOQ 497, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
CNT N62470-96-C-5830
AMT $1,477,500.00
DTD 121396
TO C.B.C. Enterprises, Inc., 4535 E. Princess Anne Road, Norfolk,
  Virginia 23502
CITE: (M-361 SN015523)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OIC, NAVFAC Contracts, NAVFAC Field Office, NAS Whiting
  Field, Milton, FL 32570-6159
SUBJECT: Z--MAINTENANCE AND REPAIR OF MILITARY FAMILY HOUSING
  AT NAS WHITING FIELD, MILTON, FL
POC Ms. Mary Charles Parker, Contracting Officer, (904) 623-7602,
  Ext. 24.
CNT N62467-96-D-3129
AMT $401,582.11
LINE 0001-0013
DTD 121896
TO JWK International Corporation, 7617 Little River Turnpike,
  Suite 1000, Annandale, VA 22003
CITE: (M-361 SN015550)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB
  NV 89191-7063
SUBJECT: Z--REPAIR AIRFIELD LIGHTING, NELLIS AFB NV
POC SrA Craig LaVere, Contract Specialist, (702) 652-9337.
CNT F26600-97-CC001
AMT $1,187,000.00
LINE 0001AA,0001AB,0002AA,0002AB
DTD 122696
TO Cal Electro Inc 3707 Electro Way Redding CA 96002
CITE: (I-361 SN015576)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box  516, St. Louis, MO 63166-0516
SUBJECT: 14--HARPOON SPARES
POC 96-0043
CNT N00019-94-G-0164 JZ4G
AMT $1,139,637.85
LINE 0110
DTD 092396
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-361 SN015556)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: 14--HARPOON SPARES
POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac
  Sims Jr., (314) 232-4204.
CNT N00019-94-G-0164 JZ5C
AMT $165,738.00
LINE 0110
DTD 111496
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516
CITE: (M-361 SN015558)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: 14--HARPOON SPARES
POC Jim Stafford, (314) 233-9156,  Contracting Officer, Isaac
  Sims Jr., (314) 232-4204.
CNT N00019-94-G-0164 JZ4Y
AMT $384,804.00
LINE 0110
DTD 093096
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-361 SN015581)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC BOX 8018,
  Cherry Point, NC 28533-0018
SUBJECT: 16--PLATE AND INSULATOR
POC Debora Berget, (919) 464-7766, Contracting Officer, Cherie
  Daniels, (919) 466-7504.
CNT N00146-97-M-N033
AMT $33,055.00
LINE 0001 thru 0002
DTD 121396
TO D G Airparts Inc, 501 JUANITA DRIVE, JACKSONVILLE, OR 97530.
CITE: (M-361 SN015500)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: ATCOM, Attn: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St.
  Louis, MO 63120- 1798
SUBJECT: 16--YOKE ASSY, LANDING G
POC Gary Twyford, Procurement Technician, 314-263-0608 -- or
  Daniel J. Fuller, Contracting Officer, 314-263-2555 -- FAX:
  314-263-9012.
CNT DAAJ09-97-C-0037
AMT $118,040.00
LINE 0001AA AND 0002
DTD 121896
TO S and L Metal Products Corp 58-29 57th Dr. Maspeth, NY 11378
CITE: (I-361 SN015569)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U. S. Army ATCOM, ATTN: AMSAT-A-PLBA, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-1798
SUBJECT: 16--BELLCRANK ASSEMBLY, NSN: 1615-01-158-9658, P/N 70400-08150-045,
  333 EACH
POC Carla Bean, Contract Specialist, (314) 263-0802 or Daniel
  Fuller, Contracting Officer, (314) 263-2555.
CNT DAAJ09-96-Q-1634 DAAJ09-93-G-0017, 0203
AMT $607,725.00
LINE 0001AA AND 0001AB
DTD 122396
TO Sikorsky Aircraft Corporation, 6900 Main Street, Stratford,
  CT 06497- 9129
CITE: (I-361 SN015573)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Directorate Of Contracting/Bldg 1289 Se, Oo-Alc/6038
  Aspen  Avenue, Hill Air force Base, Ut 84056-5805
SUBJECT: 47--HOSE ASSY --4720000906397AH
CNT F42610-97-M-0020, FD2020-97-R-25262
AMT $77,035
DTD 121996
TO Missile Systems Inc, 14336 Sw Indianola Road, Augusta Ks 
  67010-7640
CITE: (I-360 SN015448)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 61--POWER DISTRIBUTION EQUIPMENT
SOL 7FXI-E5-96-6109-3
POC Kay Nelson 817 978-2491
CNT GS07F9413G
AMT $125,000.00
DTD 121396
TO Centennial electrical supply Co. 5180 Peachtree Rd. chamblee,
   GA
CITE: (I-360 SN015460)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: U.S. Agency for International Development, (USAID), Mission
  to Jordan, Unit 70206, APO AE 09892-0206
SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT
POC Celeste Fulgham, Regional Contracting Officer, USAID/Jordan,
  Tel. 962- 6-820101, Ext. 2654, Fax 962-6-820143.
CNT Contract No. 278-C-00-97-00010-00
AMT $1,300.00
LINE REFRACTOMETER
DTD 122696
TO Emerland Corporation, P.O. Box: 950633, Amman 11195 Jordan,
  Tel. 9626- 644325, Fax: 9626-644324
CITE: (I-361 SN015484)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: U.S. Agency for International Development, (USAID) Mission
  to Jordan, Unit 70206, APO AE 09892-0206
SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT
POC Celeste Fulgham, Regional Contracting Officer, USAID/Jordan,
  Tel. 962- 6-820101, Ext. 2654, Fax. 962-6-820143.
CNT Contract No. 278-C-00-97-00011-00
AMT $13,716.00
LINE BABY WEIGHING SCALE
DTD 122696
TO H.K. Schueler International Ltd., 432 Park Avenue South, New
  York, NY 10016-8013, Tel. 212-725-5800, Fax 212-725-2260
CITE: (I-361 SN015485)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: U.S. Agency for International Development, (USAID), Mission
  to Jordan Unit 70206, APO AE 09892-0206
SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT
POC Celeste Fulgham, Regional Contracting Officer, USAID/Jordan,
  Tel. 962- 6--820101, Ext. 2654, Fax 962-6-820143.
CNT Contract No. 278-C-00-97-00012-00
AMT $988,305.00
LINE N/A
DTD 122696
TO ORASCOM OF AMERICA, 1001 N. 19th Street, Arlington, Virginia
  22209, Tel. 703-358-8800, Fax 703-358-8808
CITE: (I-361 SN015486)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--TAN/SAND DISPOSABLE PAPER CUPS
SOL 7FXI-D4-96-7357-N
POC Frank Lioce 817 978-4544
CNT GS07F90990
AMT $855,360.00
DTD 122096
TO James River paper company, Inc. 800 Connecticut Ave. Norwalk,
   CT 06856
CITE: (I-360 SN015461)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--DECORATION SET, JOINT SERVICE ACHIEVE-
SOL SP0100-97-Q-4045
CNT SP0100-97-M-EA92
AMT $54,230.00
LINE 0001AA
DTD 122696
TO Green IRA Inc 177 Georgia Ave Providence RI 02905
CITE: (I-361 SN015465)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: 89--OPERATE, REPAIR, MAINTAIN & TEST WASTE WATER & LAND
  APPLICATION SYSTEMS, WAPPAPELLO LAKE, WAPPAPELLO, MISSOURI
POC Contracting Officer, JOAN F. SCHICK, (314) 331-8505 (Site
  Code DACW43)
CNT DACW43-97-C-0404 (Solicitation No. DACW43-96-B-0251)
AMT $49,419
DTD 121996
TO JERRY D HILL, 10336 DEPOT ST, BERNIE, MO 63822
CITE: (I-361 SN015529)

[Commerce Business Daily: Posted December 25, 1996]
[Printed Issue Date: December 30, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A
DESC: In regard to the ICBM Intergration Contract the ICBM SPO
  will  brief Industry on TRW SE/TA effort 8 Jan 97, 0800-1200,
  Bldg 1258 room 1. There is no limit on attendees at this time.
  Please fax a list of your attendees to Charlotte Dayton, (801)775-2194,
  NLT close of business 3 Jan 97. If there is a limit on attendees
  a notice will be put on the Hill RFPSO Web Page by 6 Jan. Web
  page http://farsite.hill.af.mil/rfpso/rfpsohom.html.
CITE: (I-360 SN015455)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: SPECIAL NOTICES
SUBJECT: SONOBUOY INDUSTRY BRIEF ON 1/29/97
DESC: PMA-264 will be hosting a sonobuoy industry brief on 1/29/97.
  This industry brief will be held at General Scientific Corp.
  conference room. General Scientific Corp. is located in the
  Crystal Gateway Office Complex, Suite 1410, 1215 Jefferson
  Davis Hwy., Arlington, VA. Questions concerning this industry
  should be directed to AWCS Dave Devarney at (703)604-2424.
  SECURITY CLEARANCES ARE REQUIRED. Questions concerning submission
  of security clearances should be directed to AWCS Dave Devarney
  (see above) or Rosalind Marshall at (703)416-8810.
CITE: (I-361 SN015489)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: SPECIAL NOTICES
OFFADD: Defense Logistics Agency, Defense Supply Center, Columbus,
  P.O. Box 16704, Columbus, OH  43216-5010
SUBJECT: SMART WEAPONS TRAINING COURSE
POC Defense Supply Center, Columbus, ATTN: DSCC-PLI/Paul Recklau,
  P.O. Box 16704, Columbus, OH 43216-5010.
DESC: The Guidance and Control Information Analysis Center (GACIAC)
  will conduct a three-day Smart Weapons Training Course at STRICOM
  in Orlando, FL on January 22-24, 1997; at Redstone Arsenal,
  AL on February 11-13, 1997; and at Colorado Springs, CO on
  March 18-20, 1997. Army, Air Force, and Navy smart weapon systems
   fielded or under development will be covered. The course is
   sponsored by the AMC Smart Weapons Management Office (AMC-SWMO)
  and the Defense  Technical Information Center (DTIC), and taught
  by the GACIAC contractor, IIT Research Institute. This seminar
  will provide a  single source  of information on specific U.S.
  and foreign smart weapons, to include their  development status,
  system description, performance characteristics, and effectiveness.
  The full gamut of U.S. smart weapon systems  will be covered,
  to include direct fire, indirect fire, aviation-launched and
  ship-launched missiles, rockets, projectiles, and submunitions.
  Army systems covered include Dragon, Javelin, TOW, STAFF, WAM,
  Stinger, Hellfire, Copperhead, Longbow, SADARM, BAT, AND ATACMS.
  Air  Force systems discussed  include AMRAAM, Maverick, Raptor,
  GBUs, JDAM, and  SFW. Navy  systems  covered include  Penguin,
  JSOW, HARM, Harpoon, SLAM, and Tomahawk. Information will be
   provided on technology base systems and future concepts, to
  include smart  mortar, EFOG-M, Damocles, and LOCAAS powered
  submunitions. Selected foreign smart systems will be discussed,
  to include ATGMs, mines, projectiles, rockets, bombs, and missiles.
  Future requirements and opportunities  will be addressed, including
  digitization, joint operations/requirements, and future smart
  weapon  trends. This course will benefit project managers,
  materiel developers, service and major command staff officers,
  systems analysts, industry marketeers, and engineers interested
  in gaining an  understanding of critical weapons-related systems,
  subsystems, and technologies. The seminar is classified at
  the SECRET level (U.S. citizens only). Attendance is limited
  to  35 students, and similar seminars conducted last year were
  quickly filled. To insure a place in the seminar, please forward
  your registration ($995/government , $1495/industry) and Visit
  Request as soon  as possible. For additional details (or to
  discuss an on-site seminar at your facility), contact the seminar
  coordinator, Ms. Jeri McAllister, at IIT Research Institute
  in Huntsville, AL (205) 880-0884, by fax at (205)  880-0886,
  or by  e-mail: iitri@iquest.com.
CITE: (M-361 SN015506)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: SPECIAL NOTICES
OFFADD: American Defense Preparedness Association, Dedicated
  to Peace with Security through Defense Preparedness, Two Colonial
  Place, 2101 Wilson Boulevard, Suite 400, Arlington, Virginia
  22201-3061, (703) 522-1820, FAX (703) 522-1885.
SUBJECT: MUNITIONS TECHNOLOGY SYMPOSIUM IV AND STATISTICAL PROCESS
  CONTROL CONFERENCE
DESC: February 10-12, 1997, John Ascuaga's Nugget, Reno, Nevada.
  Following a one year hiatus of the Munitions and SPC conferences,
  this Conference will include separate, yet concurrent technical
  sessions of the SPC and Munitions groups. The theme for this
  year is "Challenges and Opportunities in the Global Defense
  Environment". The overall objective of the conference is the
  exchange of technical information and ideas for the advancement
  of ammunition and manufacturing related technology. The Keynote
  Speaker will be Mr. Anthony J. Melita, Assistant  Deputy Director,
  Strategic and Tactical Systems, Munitions, Office of the Undersecretary
  of Defense (Acquisition and  Technology). For a copy of  the
  brochure, contact ADPA at (703)  522-1820 or FAX (703) 522-1885
  and refer to meeting #764.
CITE: (M-361 SN015553)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 30, 1996]

PART: SPECIAL NOTICES
SUBJECT: D--G-7 INFORMATION SOCIETY SME PROJECT
DESC:  The National Institute of Standards & Technology (NIST)
  has been designated by the G-7 as coordinator of theme 10,
  sub-theme 3, "testbeds for electronic data interchange/electronic
  commerce." NIST intends to purchase services as "Head of Delegation"
  of the G-7 Information Society Small and Medium-sized Enterprises
  (SME) Project. The project has electronic interchange of global
  information projects of importance to NIST/Information Technology
  Labratory. The project is driven by the explicit needs of SMEs,
  and builds on existing activities and organizations to the
  extent that this is possible. It supports initiatives aimed
  at filling the SME information gap, promotes the use of electronic
  information networks by SMEs, and encourages the private sector
  to develop and demonstrate interoperable electronic collaborative
  working marketing a trade that will rapidly and significantly
  increase efficiency and global trade. NIST intends to purchase
  these services on a sole source basis in accordance with FAR
  6.302-1 from Mr. James A. Johnson, Rockville MD. Required services
  include: Monitor, manage, and lead the G-7 Electronic Commerce
  SME work for the United States; ensure progression of registration
  of SME Electronic Commerce testbeds/pilot projects; review
  all G-7 testbeds/pilot project submissions and thus ensure
  accuracy and validity; coordinate with the Contracting Officer's
  Technical Representative (COTR) to ensure adequate management
  of SME Electronic Commerce Registration; provide preliminary
  planning and support in preparation for U.S. representation
  and participation at the G-7 Electronic Commerce working group
  and the summit on Electronic Commerce to be held in Bonn, Germany,
  in April 1997; answer public inquiries on the SME Electronic
  Commerce Theme 10, sub-theme 3. Period of performance is date-of-award
  through October 31, 1997. Option period covers the period of
  November 1, 1997 through July 31, 1998. This notice of intent
  is not a request for competitive proposals. Responses received
  as a result of this notice will normally be considered solely
  for the purpose of determining whether to conduct a competitive
  procurement. Responses shall contain sufficient documentation
  to establish a bonafide capability to fullfill the requirements.
  A determination by the government not to compete this proposed
  contract based upon responses to this notice is solely within
  the discretion of the government. A solicitation is not available.
  See Numbered Note 22.
EMAILADD: contract@mailserver3.nist.gov
EMAILDESC: 
CITE: (W-361 SN015559)