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

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Environmental Health Sciences,
  Contracts and Procurement Management Branch, OM, 79 T.W. Alexander
  Drive, 4401 Building, P. O. Box 12874, Research Triangle Park,
  NC  27709
SUBJECT: A--MOLECULAR ANALYSIS OF LACI MUTATIONS DERIVED IN THE
  BIG BLUE TRANSGENIC MOUSE
POC Contact Vondia C. Malone, Contract Specialist, (919) 541-0428;
  Phillip D. Jones, Contracting Officer, (919) 541-0426
DESC: The National Institute of Environmental Health Sciences
  (NIEHS), National Institutes of Health (NIH),intends to negotiate
  with the University of Victoria, Center for Environmental Health,
  Victoria, B.C., Canada as a sole source for a three year extension
  to existing contract number N01-ES-35365,under the authority
  of 41 USC 253(c)(1), as set forth on FAR 6.302-1.  The University
  of Victoria will characterize by DNA sequence analysis laci
  mutants derived in Big Blue mice in a series of validation
  experiments. Each and every mutant from tissues and animals
  in these validations studies have been carefully documented
  and saved. These have been stored and duplicate samples have
  been transferred to the Center for Environmental Health at
  the University of Victoria for storage and further analysis.
  The University of Victoria is the only source that has been
  provided with the experimental data and is the only source
  entitled to use these data in further research.  Any other
  source would, at this point, have to repeat the validation
  studies.  Inherent duplication of costs to the Government,
  restricted access to the data, and unacceptable delays in completing
  the study make competition unfeasible. See Numbered Note 22.
CITE: (I-354 SN014012)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: A--ION TRAP FREQUENCY STANDARD EXPERIMENT
SOL NB847700073DT
DUE 012097
POC Doris Turner, 303-497-3872; FAX:  303-497-3163
DESC: The National Institute of Standards and Technology (NIST)
  has a requirement which will be performed between April 1,
  1997 through March 30, 1998.  The scope of this work will focus
  on two different ion trap experiments on non-neutral plasma
  physics and ion trap frequency standards.  The non-neutral
  plasma physics work involves detailed studies of the effectiveness
  of a rotating field perturbation for controlling the rotation
  frequency of laser-cooled Be+ or Mg+ ions in a Penning trap.
   These studies should determine the distortion of the plasma
  boundary produced by the rotating field perturbation and determine
  how large a perturbation is required so that there is no slip
  between the frequency of the applied perturbation and the measured
  plasma rotation frequency.  The ion trap frequency standard
  work will examine the potential of the 40 GHz ground state
  hyperfine transition in the 199 isotope of singly-ionized Hg
  as an accurate microwave frequency standard with a linear rf
  trap capable of trapping a string of 10 - 50 laser-cooled Hg
  ions.  Previous experience with laser-cooled non-neutral ion
  plasmas is required.  Experience with the use of rotating field
  perturbations to control the plasma density and rotation frequency
  in a Penning trap is necessary.  Extensive hands-on experience
  with the set-up and operation of frequency doubled CW lasers
  with wavelengths in the ultraviolet is a necessity for the
  completion of this work.  The proposed contract action is for
  services for which the Government intends to solicit and negotiate
  with only Xiao-Pei Huang under authority of FAR 6.302.  Interested
  sources proposing to supply an equivalent service must submit
  a written qualification statement clearly establishing capability
  to meet the above requirements within 30 days from the date
  of this synopsis.  In the absence of other qualified sources,
  it is the intent of the Government to negotiate a sole source
  contract under the authority of 41 U.S.C. 253(c)(1) to Xiao-Pei
  Huang, 987 W. Willow Street, Louisville, CO  80027 as this
  source is considered to be the only responsible source and
  no other type of service will satisfy agency requirements.
CITE: (I-354 SN014014)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--COMPUTER AIDED ENGINEERING FOR RECONFIGURABLE COMPUTING
SOL PRDA #97-07-AAK
DUE 021297
POC Contact Mark Sauls, Contract Negotiator, (937) 255-2206,
  or Bettie Steely, Contracting Officer, (937) 255-2206
DESC: INTRODUCTION:  Wright Laboratory (WL) is interested in
  receiving proposals (technical and cost) on the research effort
  described in Section B.  Proposals in response to this PRDA
  shall be submitted by 12 Feb 97, 1500 hours Eastern Standard
  Time, addressed to (Attn: Mark Sauls), WL/AAKD, Building 7,
  2530 C Street, Wright-Patterson AFB, OH 45433-7607.  Proposals
  shall not be submitted via facsimile transmission.  This is
  an unrestricted solicitation.  Small businesses are encouraged
  to propose on all or any part of this solicitation.  Teaming
  arrangements between private industry and universities will
  also be considered and are encouraged.  Proposals submitted
  shall be in accordance with this announcement.  Proposal receipt
  after the cutoff date and time specified herein shall be treated
  in accordance with restrictions of FAR 52.215-10; copy of this
  provision may be obtained from the contracting point of contact
  cited in Section F.  There will be no other solicitation issued
  in regard to this requirement.  Offerors should be alert for
  any amendments to this solicitation that may be published.
   This PRDA may be amended to allow subsequent submission of
  proposal dates.  Offerors should request a copy of the WL Guide
  entitled, "PRDA and BAA Guide for Industry".  This guide was
  specifically designed to assist offerors in understanding the
  PRDA/BAA proposal process.  Copies may be requested from the
  contracting point of contact or obtained via the world wide
  web site: www.wl.wpafb.af.mil/contract.  B--REQUIREMENTS: 
  (1) Technical Description:  Reconfigurable Computers (RCs)
  are digital data and signal processing hardware built from
  user configurable, commercial-off-the-shelf (COTS) components
  known as Field Programmable Gate Arrays (FPGAs).  RCs offer
  high performance, dynamic reprogrammability, reduced size of
  electronics, and adaptability needed for integrated sensor
  processing and data fusion in strike aircraft.  For many avionics
  applications, reconfigurable computers exhibit from 10 to 100
  times the performance of COTS microprocessor chips and general
  purpose digital signal processor chips because they can be
  user customized to the application.  They are far less costly
  and offer much of the performance of custom designed Application
  Specific Integrated Circuit (ASIC) based systems.  Because
  they are reconfigurable, they can be used for and shared by
  multiple applications, thereby reducing the number of line
  replaceable modules needed in a system.  However, existing
  software tools limit the effectiveness of this technology.
   Highly specialized hardware designers must struggle with current
  Computer Aided Engineering (CAE) software that was not meant
  to support reconfigurable computing, high percentage FPGA logic
  utilization, or ASIC level performance.  The objective of this
  effort is to make reconfigurable computing technology more
  effective for Air Force applications through the development
  of CAE tools that significantly reduce the level of difficulty
  and expertise required to program RCs.  CAE tools that can
  synthesize VHDL-93, and/or other high-level algorithmic descriptions
  onto multiple FPGA implementations are sought.  It is a primary
  goal that these CAE tools have high potential for commercialization
  in the private sector.  Technical problem areas to be addressed
  include:  capture and simulation of new designs; transfer of
  legacy designs; design transportability across dissimilar FPGAs
  and RCs; predesigned/pretested function library availability;
  automatic compilation/synthesis of the reconfigurable logic;
  partitioning, floorplanning, and routing of the function onto
  the RC module; and interfacing of the RC module to the design
  system.  Tools shall support the general programming of reconfigurable
  computers, which includes both co-processing and embedded applications.
   (2) Deliverable Items:  (a) The following deliverable data
  items shall be proposed:  (i) Status Report, DI-MGMT-80368A/T,
  monthly;  (ii) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T,
  monthly;  (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly;
   (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468/T,
  quarterly;  (v) Presentation Material, DI-ADMN-81373/T, as
  required;  (vi) Scientific and Technical Reports, Contractor's
  Billing Voucher, DI-MISC-80711/T, monthly;  (vii) Scientific
  and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible
  Final);  and (viii) Technical Report - Study/Services (Tools
  Manual), DI-MISC-80508/T.  (b) The following additional deliverable
  items shall be proposed:  RC CAE Software Tools.  (3) Security
  Requirements:  None.  (4) Other Special Requirements:  None.
   C--ADDITIONAL INFORMATION:  (1) Anticipated Period of Performance:
   The total length of the technical effort is estimated to be
  24 months.  The contractor shall also provide for an additional
  4 months for processing/completion of the final report.  (2)
  Expected Award Date: Jul 97.  (3) Air Force Estimate:  The
  Air Force funding profile is FY97 - $50K, FY98 - $539K, FY99
  - $211K.  This funding profile is an estimate only and is not
  a promise for funding as all funding is subject to change due
  to Air Force discretion and availability.  (4) Type of Instrument:
   Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee).  Any
  grant(s) or cooperative agreement(s) awarded will be cost (no
  fee) or cost sharing and will be subject to the mutual agreement
  of the parties.  (5) Government Furnished Property:  None contemplated.
   (6) Size Status:  For the purpose of this acquisition, the
  size standard is 500 employees (SIC 8731).  (7) Notice to Foreign-Owned
  Firms:  Such firms are asked to immediately notify the contracting
   point of contact  upon deciding to respond to this announcement.
   Foreign contractors should be aware that restrictions may
  apply which could preclude their participation in this acquisition.
   D--PROPOSAL PREPARATION INSTRUCTIONS:  (1) General Instructions:
   Offerors should apply the restrictive notice prescribed in
  the provision at FAR 52.215-12, Restriction on Disclosure and
  Use of Data, to trade secrets or privileged commercial and
  financial information contained in their proposals.  Proposal
  questions should be directed to one of the points of contact
  listed below.  Offerors should refer to the instructions contained
  in the WL "PRDA and BAA Guide for Industry" referenced in Section
  A of this announcement.  Separate technical and cost proposal
  volumes are required and must be valid for 180 days.  Proposals
  must reference the above PRDA number.  Proposals shall be submitted
  in an original and three (3) copies, and also on disk.  All
  responsible sources may submit a proposal which shall be evaluated
  against the criteria set forth below in the Section E - Basis
  of Award.  Offerors are advised that only contracting officers
  are legally authorized to contractually bind or otherwise commit
  the Air Force.  (2) Technical Proposal:  The technical proposal
  shall include a discussion of the nature and scope of the research
  and the technical approach.  Additional information on prior
  work in this area, descriptions of available equipment, data
  and facilities, and resumes of personnel who will be participating
  in this effort should also be included as attachments to the
  technical proposal and are not included in the page limit discussed
  below.  The technical proposal shall include a Statement of
  Work (SOW) detailing the technical tasks / phases proposed
  to be accomplished under the proposed effort and be suitable
  for instrument incorporation.  Offerors should refer to the
  WL Guide to assist in SOW preparation.  Any questions concerning
  the technical proposal or SOW preparation should be referred
  to the technical point of contact.  (3) Cost Proposal:  We
  anticipate this acquisition being based on adequate price competition.
   Therefore, to permit a cost realism analysis, the submission
  of SF 1448, available from the contracting point of contact,
  is required in lieu of a SF 1411.  A suggested format for submission
  of cost information is available from the contracting point
  of contact.  Contractors are urged to use this format (which
  may be tailored as needed) in the submission of cost proposals.
   (4) Page Limitations:  The technical proposal shall be limited
  to 50 pages (12 pitch or larger type), double-spaced, single-sided,
  8.5 by 11 inches.  The page limitation includes all information,
  i.e., indexes, photographs, fold-outs, appendices, attachments,
  etc. (other than the specific exceptions stated above).  Pages
  in excess of this limitation will be removed from the proposal
  and will not be evaluated by the Air Force.  Cost proposals
  have no page limitation, however, offerors are requested to
  limit cost proposals to 75 pages as a goal.  (5) Proposal On
  Disk:  Offerors shall submit the technical proposal text on
  DOS 3 1/2" floppy disk(s) in Microsoft Word 7.0 for Windows
  95 format.  Graphics are optional.  (6) Preparation Cost: 
  This announcement does not commit the Air Force to pay for
  any proposal preparation cost.  The cost of preparing proposals
  in response to this PRDA is not an allowable direct charge
  to any resulting award, or any other procurement instrument.
   However, it may be an allowable expense to the normal bid
  and proposal indirect cost as specified in FAR 31.205-18. 
  E--BASIS FOR AWARD:  The selection of one or more sources for
  award will be based on an evaluation of an offeror's proposal
  (both technical and cost) to determine the overall merit of
  the proposal in response to the announcement.  The technical
  aspect, which is ranked as the first order of priority, shall
  be evaluated based on the following criteria of equal importance:
   (a) new and creative solutions to the technical problems of
  developing CAE tools for reconfigurable computers, especially
  those solutions that have high potential for commercialization
  in the private sector; (b) the offeror's understanding of the
  scope of the work; (c) the approach proposed to accomplish
  the technical objectives; (d) the availability of qualified,
  experienced technical personnel and corporate ability to commercialize
  the CAE tools.  Cost is ranked as the second order of priority.
   No other evaluation criteria will be used.  The technical
  and cost proposals will be evaluated at the same time.  The
  Air Force reserves the right to select for award any, all,
  part, or none of the proposal(s) received.  The Air Force reserves
  the right to award any resulting contract pursuant to the Research
  and Development Standard Contract Format in DFARS 235.70. 
   F--POINTS OF CONTACT:  (1) Technical Point of Contact:  Al
  Scarpelli, WL/AASH, 2241 Avionics Circle, Suite 32, Wright-Patterson
  Air Force Base OH 45433-7334, (937) 255-7698 x3603.  (2) An
  Ombudsman has been appointed to hear concern from offerors
  and potential offerors during the proposal development phase
  of this acquisition.  The purpose of the Ombudsman is not to
  diminish the authority of the Contracting Officer, but to communicate
  contractor concerns, issues, disagreements and recommendations
  to the appropriate government personnel.  All potential offerors
  should use established channels to voice concerns before resorting
  to use of the Ombudsman.  When requested, the Ombudsman will
  maintain strict confidentiality as to the source of the concern.
   The Ombudsman does not participate in the evaluation of proposals
  or in the selection decision.  Interested parties should direct
  all routine communication concerning this acquisition to Mark
  Sauls, Contracting Negotiator, WL/AAKD, Bldg 7, 2530 C Street,
  Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-2206.
   The Ombudsman should only be contacted with issues or problems
  that have been previously brought to the attention of the Contracting
  Officer and could not be satisfactorily resolved at that level.
   These serious concerns only may be directed to the Ombudsman,
  Mr. Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite
  1, Wright-Patterson AFB, OH 45433-7642, E-Mail kugeldl@sy.wpafb.af.mil,
  (937) 255-3855.   
CITE: (W-355 SN014271)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--AUTOMOTIVE COMPOSITE PROCESS TECHNOLOGY FOR AEROSPACE
SOL PRDA 97-30-MLK
DUE 013197
POC Mike Grommon, Contract Negotiator, or Frederick Rueth, Contracting
  Officer, (937) 255-5051
DESC: Modification to PRDA No. 97-30-MLK, "Automotive Composite
  Process Technology for Aerospace," published 10 December 1996.
   An error was made in the description of deliverable items
  in the announcement.  Paragraph B (2) should read as follows:
  "(2) (a) Status Report, DI-MGMT-80368/T, monthly; (b) Funds
  and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly;
  (f) Project Planning Chart, DI-MGMT-80507A/T, monthly; (d)
  Contract Funds Status Report (CFSR), DI-MGMT-81468/T, monthly;
  (e) Presentation Material, DI-ADMN-81373/T, as required; (f)
  Scientific and Technical Reports, Contractor's Billing Voucher,
  DI-MISC-80711/T, monthly; (g) Scientific and Technical Reports,
  Interim Report, DI-MISC-80711/T, semiannual; (h) Scientific
  and Technical Reports, Interim Report, DI-MISC-80711/T, draft
  and reproducible final.  In addition, the effort shall identify
  technical data or computer software to be delivered with other
  than unlimited rights ".  The due date for proposals is hereby
  changed to 31 January 1997.  NO OTHER CHANGES TO ORIGINAL ANNOUNCEMENT.

CITE: (W-355 SN014290)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--METALLIC MATERIALS AND ELEMENTS FOR AEROSPACE VEHICLE
  STRUCTURES - MIL-HDBK-5
SOL PRDA 97-32-MLK
DUE 021897
POC James Satteson, Contract Negotiator or Frederick D. Rueth,
  Contracting Officer, (937) 255-5051
DESC: A--INTRODUCTION:  Wright Laboratory (WL/MLPO) is interested
  in receiving proposals (technical and cost) on the research
  effort described below.  Proposals in response to this PRDA
  shall be submitted by 18 February 1997, 1500 hours Eastern
  Time, addressed to Wright Laboratory, Directorate of R&D Contracting,
  Building 7, Area B, Attn: Mr. James N. Satteson, WL/MLKN, Wright-Patterson
  AFB OH 45433-7607.  This is an unrestricted solicitation. Small
  businesses are encouraged to propose on all or any part of
  this solicitation.  Proposals submitted shall be in accordance
  with this announcement.  Proposal submission after the cutoff
  date specified herein shall be treated in accordance with restrictions
  of FAR 52.215-10; copy of this provision may be obtained from
  the contracting point of contact.  There will be no other solicitation
  issued in regard to this requirement.  Offerors should be alert
  for any PRDA amendments that may be published.  Offerors may
  request a copy of the WL Guide entitled, "PRDA and BAA Guide
  for Industry."  This guide was specifically designed to assist
  offerors in understanding the PRDA/BAA proposal process.  Copies
  may be requested from WL/MLKN, Wright-Patterson AFB, OH 45433-7607
  telephone (937) 255-5051.  B--REQUIREMENTS:  (1) TECHNICAL
  DESCRIPTION:  The purpose of this effort is to provide for
  the planning, coordination, and activities necessary to maintain
  and improve the "Metallic Materials and Elements for Aerospace
  Vehicle Structures handbook".  This activity will serve as
  the source for statistically generated design allowables and
  related design information needed for aerospace vehicle structure.
   This effort is to include continuing assessment of design
  data requirements for the U.S. Air Force, FAA, Army, Navy and
  the commercial aviation industry.  Design data shall be gathered
  on conventional and emerging metallic alloys including discontinuously
  reinforced metal matrix composites produced by both domestic
  and foreign sources.  Emerging materials must be fully developed
  and production ready.  An additional requirement of this effort
  is to define a procedure for incorporating materials produced
  by foreign materials suppliers.  Certification of design values
  on a global basis and determination of equivalent test standards
  which were used to generate raw data are an inherent facet
  of the overall effort.  It is important to demonstrate that
  the integrity established for determination of "A" and "B"
  allowables and fastened/joint allowable strengths can be maintained.
  WL/MLS encourages the exploration of a team approach.  If a
  teaming approach is proposed, the Air Force shall remain as
  the owner of the document without waiving the right to control
  the content and provide direction for the effort.  New and
  creative methods which address the cancellation of Mil-Specs
  and use of other publicly available documents is also an essential
  part of this effort. (2) DELIVERABLE ITEMS:  The following
  deliverable data items shall be proposed: (a) Status Report,
  DI-MGMT-80368, monthly; (b) Funds and Manhour Expenditure Report,
  DI-MGMT-80331/T monthly; (c) Performance & Cost Report, DI-FMCL-80912/monthly;
  (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly;
  (e) Presentation Material, DI-ADMN-81373, as required; and
  (f) Scientific and Technical Reports, DI-MISC-80711/T; Contractors
  Billing Voucher. (3) ADDITIONAL DELIVERABLE ITEMS:  Change
  Notices and complete revisions of the handbook on a scheduled
  timetable shall constitute part of the effort.  Coordination
  of meetings twice yearly and distribution of meeting announcements,
  agendas, minutes and other documentation as needed shall be
  provided to the aerospace community.  Non-paper editions of
  the handbook in an approved electronic format shall be continually
  developed to include, text, tables, and figures contained in
  the latest paper version.  The team or contractor will strive
  to maintain the highest level of reliability while endeavoring
  to make the document interactive with the needs of the aerospace
  community.  The Air Force will retain ownership of all media
  versions of the handbook but is willing to discuss concepts
  for distribution of non-paper versions under this or a separate
  agreement. (4) SECURITY REQUIREMENTS: This effort is unclassified
  in nature.  It is anticipated that work performed under this
  contract will be unclassified and that the performance of the
  effort will not require access to classified material.  Offerors
  are required, however, to have a DD Form 2345 covering pertinent
  technology on file with the Defense Logistics Service Center
  (DLSC), Battle Creek MI 49016 (1-800-356-3572).  (5) EXPORT
  CONTROL: No ITAR or export controlled information is to be
  included in the handbook.  Technical approaches to this program
  are not considered to be critical technology and thus subject
  to export control laws.  International Trade in Arms Restrictions
  apply.  U.S. organizations are asked to contact the cognizant
  contracting officer immediately if they anticipate the employment
  of foreign nationals on this program.  (6) DISTRIBUTION STATEMENTS:
   All data and contents of the handbook will remain available
  to the public after approval for public release is obtained.
   It is likely that the reports resulting from this effort will
  be assigned distribution statement "A" (Approved for public
  release:  distribution unlimited).  C--ADDITIONAL INFORMATION:
   (1) ANTICIPATED PERIOD OF PERFORMANCE: The total length of
  the technical effort is estimated to be 48 months.  The contractor
  shall also provide an additional 5 months for processing/completion
  of the final report.  (2) EXPECTED AWARD DATE:  June 1997.
   (3) GOVERNMENT ESTIMATE: The government anticipates at least
  one award.  (4) TYPE OF CONTRACT: Cost Plus Fixed Fee (CPFF)
  Completion.  Any grants awarded will be cost (no fee).  (5)
  GOVERNMENT FURNISHED PROPERTY: None contemplated.  (6) SIZE
  STATUS: For the purpose of this acquisition, the size standard
  is 500 employees (SIC 8731).  (7) NOTICE TO FOREIGN-OWNED FIRMS:
  Such firms are asked to immediately notify the Air Force point
  cited below upon deciding to respond to this announcement.
   Foreign contractors should be aware that restrictions apply
  which could preclude their participation in this acquisition.
   (8)  NOTE 26:  Based upon market research, the Government
  is not using the policies contained in Part 12, Acquisition
  of Commercial Items, in its solicitation for the described
  supplies or services.  However, interested persons may identify
  to the contracting officer their interest and capability to
  satisfy the Government's requirement with a commercial item
  within 15 days of this notice. D-PROPOSAL PREPARATION INSTRUCTIONS:
   (1) GENERAL INSTRUCTIONS: Offerors should apply the restrictive
  notice prescribed in the provision at FAR 52.215-12, Restriction
  on Disclosure and Use of Data, to trade secrets or privileged
  commercial and financial information contained in their proposals.
   Proposal questions should be directed to one of the points
  of contact listed elsewhere herein.  Offerors should consider
  instructions contained in the WL PRDA and BAA Guide for Industry
  referenced in Section A of this announcement.  Technical and
  cost proposals, submitted in separate volumes, are required
  and must be valid for 180 days, Proposals must reference the
  above PRDA number.  Proposals shall be submitted in an original
  and five copies.  All responsible sources may submit a proposal
  which shall be considered against the criteria set forth herein.
   Offerors are advised that only contracting officers are legally
  authorized to contractually bind or otherwise commit the government.
   (2) COST PROPOSAL: The accompanying cost proposal/price breakdown
  shall be supplied on an SF 1411, together with supporting schedules,
  and shall contain a person-hour breakdown per task.  Copies
  of the above-referenced forms may be obtained from the contracting
  office cited.  (3) TECHNICAL PROPOSAL: The technical proposal
  shall include a discussion of the nature and scope of the research
  and the technical approach.  Additional information on prior
  work in this area, descriptions of available equipment, data
  and facilities, and resumes of personnel, who will be participating
  in this effort, should also be included as attachments to the
  technical proposal and are not included in the page limit.
   The technical proposal shall include a Statement of Work (SOW)
  detailing the technical tasks proposed to be accomplished under
  the proposed effort and suitable for contract incorporation.
   Offerors should refer to the WL Guide referenced in Section
  A to assist in SOW preparation.  Any questions concerning the
  technical proposal or SOW preparation shall be referred to
  the Technical Point of Contact cited in this announcement.
   (4) PAGE LIMITATIONS: The technical proposal shall be limited
  to 100 pages (12 pitch or larger type), double-spaced, single-sided,
  8.5 by 11 inches.  The page limitation includes all information,
  i.e. indexes, photographs, foldouts, appendices, attachments,
  etc.  Pages in excess of this limitation will not be considered
  by the government.  Cost proposals have no limitations, however,
  offerors are requested to keep cost proposals to 75 pages as
  a goal.  (5) PREPARATION COST: This announcement does not commit
  the Government to pay for any response preparation cost.  The
  cost of preparing proposals in response to this PRDA is not
  considered an allowable direct charge to any resulting or any
  other contract.  However, it may be an allowable expense to
  the normal bid and proposal indirect cost as specified in FAR
  31.205-18.  E--BASIS FOR AWARD: The selection of one or more
  sources for award will be based on an evaluation of an offeror's
  response (both technical and cost aspects) to determine the
  overall merit of the proposal in response to the announcement.
   The evaluation for award shall consider technical aspects
  and cost factors as they relate to the overall effort.  The
  purpose of the evaluation is to determine the relative merit
  of the technical approach proposed in response to the announcement.
   The technical aspect which ranks as the first order of priority
  shall be evaluated based on the following criteria which are
  in descending order of importance: (a) ability to demonstrate
  that integrity and statistical assurance of design data will
  be maintained; (b) understanding of the complex nature of computation
  of design allowables known as "A" or "B" values with associated
  levels of confidence and statistical assurance: (c) process
  for coordination of meetings, agendas, and documentation of
  minutes from formal meetings; (d) plan for obtaining data from
  various resources including alloy producers and aerospace companies;
  (e) overall approach proposed to accomplish scientific and
  technical objectives; (f) understanding of harmonization efforts
  between the FAA and non-domestic airframe industries; (g) proposed
  approach to address canceled military specifications and use
  of foreign specifications for foreign produced materials; (h)
  advancements in joining concepts and generation of design allowables
  for fastened joints; (i) expanded use of non-government resources;
  (j) presentation of data for emerging materials and groups
  of data not sufficient for computation of "A" or "B" allowables;
  (k) non-paper distribution of data and advancements in media
  presentation; (l) illustrations of how data presentations and
  analysis will be conducted; (m) commitment of experienced personnel;
  (n) the offeror's or team's understanding of problem areas
  and experience in this area.  Cost, which includes consideration
  of proposed budgets and funding profiles, is a substantial
  factor, but ranked as the second order of priority.  The technical
  cost information will be evaluated at the same time  (o) the
  organization, clarity, and thoroughness of the proposed SOW.
   The Air Force reserves the right to select for award of a
  contract or grant any, all, part, or none of the proposals
  received.  Award of a grant, in lieu of a contract, to universities
  and nonprofit institutions will be considered and will be subject
  to the mutual agreement of the parties.  F-POINTS OF CONTACT:
   (1) Technical Contact Point: Engineer, Neal R. Ontko, Wright-Patterson
  Air Force Base, OH 45433-7707 (937) 255-5128.  (2) Contracting/Cost
  Point of Contact: Questions related to the contract/cost issues
  should be directed to the Wright Laboratory, Directorate of
  Research and Development Contracting, James N. Satteson, WL/MLKN,
  Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-5051.

CITE: (W-355 SN014292)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Supply Center Columbus, DSCC-PLI, 3990 E. Broad
  Street, P.O. Box 16704, Columbus, OH 43216-5000
SUBJECT: A--ADVANCED MICROCIRCUIT EMULATION (AME)
SOL BAA 97-PLI-01
DUE 012697
POC Contract Specialist, Scott Savory, (614) 692-7121; Contracting
  Officer, Cheryl Montoney, (614) 692-7114.
DESC: ADVANCED MICROCIRCUIT EMULATION PROGRAM (AME PROGRAM) Broad
  Agency Announcement (BAA 97-PLI-01). The Defense Logistics
  Agency is soliciting proposals for its Advanced Microcircuit
  Emulation (AME) Program. Proposed development concepts should
  lead directly to Form, Fit, and Function (FFF) emulation capability
  with demonstrated emulations of microcircuits, hybrids, and/or
  elements of electronic assemblies as applicable. Proposed concepts
  must be technically/economically viable and also implement
  a Low Rate Initial Production (LRIP) capability. Concepts must
  evidence a realistic near-term viability for an ongoing stand-alone,
  non-subsidized emulation enterprise.   Specifically excluded
  are: theoretical concepts, proposed studies, concepts not including
  a turn-key capability for at least a single application area,
  standard redesign, after market concepts, remanufacture, and
  non-functional (in the Government's judgment) concepts. The
  goal of the AME Program is the development, demonstration,
  implementation and reproducibility (as described in the Proposer
  Information Packet, see below) of FFF methods of production
  and supply of non-procurable microcircuits and their related
  electronic assemblies. AME will be the basis to economically
  supply DLA's needs for items that have been discontinued or
  declared non-procurable by the original source   of supply
  or for which the Government anticipates obsolescence problems
  in the future. Relevant technologies to AME's goal include,
  but are not limited to: device characterization, device test,
  microcircuit design, microcircuit fabrication, microwave design,
  device packaging, hybrid design, hybrid assembly, electronic
  assembly fabrication, electronic assembly test, and device/assembly
  qualification. Specific application areas of interest to DLA
  include: (1) Advanced Digital Devices: The desired capability
  may be broadly bounded by Large Scale Integration up through
  Very Large Scale Integration devices. (2) Microprocessors and
  Microcontrollers: This application area   includes both early
  standard and custom microprocessors (4 bit and bit-slice) up
  through mid-term microprocessors (16 and 32 bit) and greater.
  (3) Memory: This application area includes the broad RAM and
  ROM categories beyond 4K. (4) Hybrid Microcircuits: This application
  area includes hybrid microcircuits employing components from
  SSI up to the scale and complexity of the die in the accompanying
  application areas one through three above. (5) Linear/Analog
  Devices: This application area includes devices beginning with
  the low end high performance operational amplifiers and continuing
  through advanced high performance analog-to-digital (A/D) and
  digital-to-analog (D/A) converters.   (6) Assemblies: This
  application includes engineering services related to replacement
  of electronic assemblies or elements thereof with emulated
  FFF devices. The target assemblies are both printed wiring
  boards and microwave categories. Efforts in this category are
  producing/mounting FFF components and also FFF emulation of
  sub-assemblies and/or assemblies using modern emulation techniques.
  In addressing all of the application areas, fully integrated
  emulation capabilities are required with proven in-house or
  captive design and production capability desired. Further details
  on individual topics are available in the BAA 97-PLI-01 Proposer
  Information Package (PIP). PROGRAM   SCOPE: Proposals for individual
  efforts should not exceed five years in length with LRIP implemented
  no later than the midway point of the third year. Technologies
  that have a significant impact on key issues related to DLA's
  mission, such as: massively broadening the emulatable device
  coverage, economical end item costs, rapid availability, and
  high end item quality will be given highest priority. Contract
  awards are expected late in first quarter of FY 97. Total funding
  for AME is anticipated to be approximately $25,000,000.00 over
  five years. Both multiple and partial awards are possible.
  GENERAL INFORMATION: Proposers must obtain the document BAA
  97-PLI-01 Proposer   Information Package (PIP). The PIP provides
  further information on areas of interest, the submission, evaluation,
  funding processes, proposal format, and proposal abstract format.
  Proposals not meeting format requirements of the PIP may not
  be reviewed. Internet electronic mail to the administrative
  address below is the preferred method of requesting the PIP.
  The PIP will be sent first class mail. Alternately, a proposer
  may provide a completed prepaid (suitable for 2 pound content)
  self-addressed overnight US Postal Service Express Mail container
  to the administrative address below. The PIP will be placed
  in the container for shipment. Finally a copy of the PIP may
  also be   obtained in person at the address at the end of this
  announcement. This BAA will remain open for a period of six
  (6) months from the date of publication. The first cut-off
  date for receipt of proposals will be 30 days after the date
  of publication of this announcement. Proposals received on
  or before 4:00 p.m. EST on the first cut-off date will be considered
  for initial contract awards. An original and five (5) copies
  of the Proposal must be submitted to the address at the end
  of this announcement. Proposers are strongly encouraged to
  submit a Proposal Abstract in advance of actual proposals.
  This procedure is intended to minimize unnecessary effort in
  proposal preparation and review. An   original and four (4)
  copies of each Proposal Abstract must be submitted to the administrative
  address for this BAA. Upon review, the Government will provide
  written feedback on the likelihood of a full proposal being
  selected. Regardless of the results of a Proposal Abstract
  review, the decision to offer a full Proposal is entirely the
  responsibility of the offeror. This announcement in conjunction
  with the PIP, constitutes the total BAA. No additional information
  is available, nor will a formal RFP or other solicitation regarding
  this announcement be issued. Requests for additional information,
  a further and/or revised announcement will be disregarded.
  The   Government reserves the right to select some, none, or
  all of the proposals received. Evaluation of the proposals
  will be accomplished through a scientific review of each proposal
  using the following criteria, which are listed in descending
  order of relative importance: (1) overall scientific and technical
  merit, (2) proven, demonstrated captive or in-house capability
  to produce/fabricate high quality devices (as proposed in the
  concept), (3) potential contribution to meeting DLA's and the
  Services' requirements, (4) plans, management structure, and
  capability to accomplish technology development, implement
  LRIP, and transition to a self-sufficient stand-alone   enterprise
  (possibly including the use of proposer's resources), (5) Offeror's
  capabilities and past performance on related efforts, (6) cost
  realism. Note: Cost realism will only be significant in proposals
  which have significantly under or over estimated the cost to
  complete their effort. All administrative correspondence and
  questions on this announcement, including requests for information
  on how to submit a Proposal Abstract or Full Proposal to this
  BAA, must be directed to the administrative contact below.
  DLA intends to use electronic mail and FAX for correspondence
  regarding this announcement. Proposals and Proposal Abstracts
  may not be submitted by FAX, any such so sent   will be disregarded.
  The Administrative Address for BAA 97-PLI-01 is: Scott M. Savory,
  Defense Supply Center Columbus, ATTN: DSCC-PLI (IAC Research
  and Development Team), P.O. Box 16704, Bldg. 20, Columbus,
  OH 43216-5010, Phone (614) 692-7121, FAX (614) 692-6935, electronic
  mail: Scott--Savory@dscc.dla.mil.
CITE: (M-355 SN014305)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Space and Strategic Defense Command, ATTN:
  CSSD-CM-CN, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn
  Drive, Huntsville, AL 35805-1990
SUBJECT: A--KINETIC ENERGY ANTI-SATELLITE (KE ASAT) TECHNOLOGY
  DEMONSTRATION PROGRAM
SOL DASG60-97-C-0039
POC Linda B. Gray, Contracting Officer, CSSD-CM-CN, (205) 955-1187
DESC: KINETIC ENERGY ANTI-SATELLITE (KE ASAT) TECHNOLOGY DEMONSTRATION
  PROGRAM. The objective of this program is to define, develop,
  integrate and test the necessary Kill Vehicle (KV), weapon
  control subsystem component and subsystems technologies to
  demonstrate hit to kill performance, with debris mitigation,
  against hostile satellites. It is the intent of the Government
  to award a contract to Rockwell International Corporation,
  Rocketdyne Division, 6633 Canoga Avenue, P.O. Box 7922, Canoga
  Park, California 91309-7922 (See Note 22). This is a follow-on
  effort to a contract which was competitively awarded in 1990.
  The proposed contract will exploit prior effort by a phase
  which will include prototype hover testing and an option for
  flight testing. Award of this effort to other than the proposed
  offeror would result in substantial duplication of costs to
  the Government. The purpose of the effort is to directly pursue
  development work of the contractor hardware and software together
  with testing since 1990, via a follow-on development phase.
  This effort will consist of a hover test of the prototype KV;
  hardware-in-the-loop (HWIL) testing of all elements of the
  KE ASAT system; upgrades to tactical performance and flight
  qualification of the prototype KV subsystems; and debris mitigation
  and system integration testing to validate the system elements.
  Data to support the DOD Space Control Architecture study will
  also be provided through simulation runs and system performance
  estimates. Testing of the KV seeker on an airborne platform
  will be investigated to gather seeker performance data that
  would normally be demonstrated during flight testing. A hover
  test of the prototype KV is planned for the second quarter
  in FY97 at the National Hover Test Facility to demonstrate
  the full-up KV free flight performance. Air bearing testing
  of the flight qualified KV will be conducted to allow validation
  of the closed-loop operation of the complete KV with actual
  flight software. The Weapons Control Subsystem (WCS) will be
  upgraded at the Army Space Operations Center (ARSPOC) to include:
  a Mission Control Element (MCE), Battery Control Center (BCC),
  and Communications Network (CN). The option will extend the
  period of performance for one year and will execute two flight
  tests. These flight tests will demonstrate the functionality
  of the integrated system. A TOP SECRET facility clearance is
  required. The proposed effort will not be open for oreign participation.
  In accordance with Note 22, interested firms should submit
  their written qualifications to this office, ATTN: Ms. Linda
  Gray, and should reference Letter Contract Number DASG60-97-C-0039.
  All notices of interest should be submitted within fifteen
  (15) days of the publication of this notice. Any requests relative
  to this requirement shall include the requester's nine-digit
  zip code number as well as business size. The applicable SIC
  code is 8731 with a small business size standard of 1,000 employees.
CITE: (I-355 SN014369)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Supply Center Columbus, DCCC-PLI, 3990 E. Broad
  Street, P.O. Box 16704, Columbus, OH 43216-5000
SUBJECT: A--ADVANCED MICROCIRCUIT EMULATION (AME)
SOL BAA 97-PLI-01
DUE 012697
POC Contract Specialist, Scott Savory, (614) 692-7121; Contracting
  Officer, Cheryl Montoney, (614) 692-7114
DESC: ADVANCED MICROCIRCUIT EMULATION PROGRAM (AME PROGRAM) Broad
  Agency Announcement (BAA 97-PLI-01). The Defense Logistics
  Agency is soliciting proposals for its Advanced Microcircuit
  Emulation (AME) Program. Proposed development concepts should
  lead directly to Form, Fit, and Function (FFF) emulation capability
  with demonstrated emulations of microcircuits, hybrids, and/or
  elements of electronic assemblies as applicable. Proposed concepts
  must be technically/economically viable and also implement
  a Low Rate Initial Production (LRIP) capability. Concepts must
  evidence a realistic near-term viability for an ongoing stand-alone,
  non-subsidized emulation enterprise. Specifically excluded
  are: theoretical concepts, proposed studies, concepts   not
  including a turn-key capability for at least a single application
  area, standard redesign, after market concepts, remanufacture,
  and non-functional (in the Government's judgment) concepts.
  The goal of the AME Program is the development, demonstration,
  implementation and reproduciblity (as described in the Proposer
  Information Packet, see below) of FFF methods of production
  and supply of non-procurable microcircuits and their related
  electronic assemblies. AME will be the basis to economically
  supply DLA's needs for items that have been discontinued or
  declared non-procurable by the original source of supply or
  for which the Government anticipates obsolescence problems
  in the future. Relevant technologies to AME's goal include,
  but are not limited to: device characterization, device test,
  microcircuit design,   microcircuit fabrication, microwave
  design, device packaging, hybrid design, hybrid assembly, electronic
  assembly fabrication, electronic assembly test, and device/assembly
  qualification. Specific application areas of interest to DLA
  include: (1) Advanced Digital Devices: The desired capability
  may be broadly bounded by Large Scale Integration up through
  Very Large Scale Integration devices. (2) Microprocessors and
  Microcontrollers: This application area includes both early
  standard and custom microprocessors (4) bit and bit-slice)
  up through mid-term microprocessors (16 and 32 bit) and greater.
  (3) Memory: This application area includes the broad RAM and
  ROM categories beyond 4K. (4) Hybrid Microcircuits: This application
  area includes hybrid microcircuits employing components from
  SSI up to the scale and   complexity of the die in the accompanying
  application areas one through three above. (5) Linear/Analog
  Devices: This application area includes devices beginning with
  the low end high performance operational amplifiers and continuing
  through advanced high performance analog-to-digital (A/D) and
  digital-to-analog (D/A) converters. (6) Assemblies: This application
  includes engineering services related to replacement of electronic
  assemblies or elements thereof with emulated FFF devices. The
  target assemblies are both printed wiring boards and microwave
  categories. Efforts in this category are producing/mounting
  FFF components and also FFF emulation of sub-assemblies and/or
  assemblies using modern emulation techniques. In addressing
  all of the application areas, fully integrated emulation capabilities
  are required with   proven in-house or captive design and production
  capability desired. Further details on individual topics are
  available in the BAA 97-PLI-01 Proposer Information Package
  (PIP). Program scope: Proposals for individual efforts should
  not exceed five years in length with LRIP implemented no later
  than the midway point of the third year. Technologies that
  have a significant impact on key issues related to DLA's mission,
  such as: massively broadening the emulatable device coverage,
  economical end item costs, rapid availability, and high end
  item quality will be given highest priority. Contract awards
  are expected late in first quarter of FY 97. Total funding
  for AME is anticipated to be approximately $25,000,000.00 over
  five years. Both multiple and partial awards are possible.
  GENERAL INFORMATION: Proposers must obtain the document   BAA
  97-PLI-01 Proposer Information Package (PIP). The PIP provides
  further information on areas of interest, the submission, evaluation,
  funding processes, proposal format, and proposal abstract format.
  Proposals not meeting format requirements of the PIP may not
  be reviewed. Internet electronic mail to the administrative
  address below is the preferred method of requesting the PIP.
  The PIP will be sent first class mail. Alternately, a proposer
  may provide a completed prepaid (suitable for 2 pound content)
  self-addressed overnight US Postal Service Express Mail container
  to the administrative address below. The PIP will be placed
  in the container for shipment. Finally, a copy of the PIP may
  also be obtained in person at the address at the end of this
  announcement. This BAA will remain open for a   period of six
  (6) months from the date of publication. The first cut-off
  date for receipt of proposals will be 30 days after the date
  of publication of this announcement. Proposals received on
  or before 4:00 PM EST on the first cut-off date will be considered
  for initial contract awards. An original and five (5) copies
  of the Proposal must be submitted to the address at the end
  of this announcement. Proposers are strongly encouraged to
  submit a Proposal Abstract in advance of actual proposals.
  This procedure is intended to minimize unnecessary effort in
   proposal preparation and review. An original and four (4)
  copies of each Proposal Abstract must be submitted to the administrative
  address for the for this BAA. Upon review, the Government will
  provide written feedback on the likelihood of a full proposal
  being selected. Regardless of   the results of a Proposal Abstract
  review, the decision to offer a full Proposal is entirely the
  responsibility of the offeror. This announcement in conjunction
  with the PIP, constitutes the total BAA.  No additional information
  is available, nor will a formal RFP or other solicitation regarding
  this announcement be issued. Requests for additional information,
  a further and/or revised announcement will be disregarded.
  The Government reserves the right to select some, none, or
  all of the proposals received. Evaluation of the proposals
  will accomplished through a scientific review of each proposal
  using the following criteria, which are listed in descending
  order of relative importance: (1) overall scientific and technical
  merit, (2) proven, demonstrated captive or in-house capability
  to produce/fabricate high   quality devices (as proposed in
  the concept), (3) potential contribution to meeting DLA's and
  the Services' requirements, (4) plans, management structure,
  and capability to accomplish technology development, implement
  LRIP, and transition to a self-sufficient stand-alone enterprise
  (possibly including the use of proposer's resources), (5) Offeror's
  capabilities and past performance on related efforts (6) Cost
  realism. Note: Cost Realism will only be significant in proposals
  which have significantly under or over estimated the cost to
  complete their effort. All administrative correspondence and
  questions on this announcement, including requests for information
  on how to submit a Proposal Abstract or Full Proposal to this
  BAA, must be directed to the administrative contact below.
  DLA intends to use electronic mail and fax for   correspondence
  regarding this announcement. Proposals and Proposal Abstracts
  may not be submitted by fax, any such so sent will be disregarded.
  The Administrative Address for BAA 97-PLI-01 is: Scott M. Savory,
  Defense Supply Center Columbus, ATTN: DSCC-PLI (IAC Research
  and Development Team), P.O. Box 16704, Bldg. 20, Columbus,
  OH 43216-5010, Phone (614) 692-7121, FAX (614) 692-6935, electronic
  mail: Scott_Savory@dscc.dla.mil
CITE: (M-355 SN014382)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Afftc/pkah Directorate Of Contracting, 5 S. Wolfe Ave.,
  Edwards Afb, Ca 93524-1185
SUBJECT: A--ULTRA-HIGH PERFORMANCE DIGITAL RADIO FREQUENCY MEMORY
  (UHP-DRFM)
SOL F0461197R0027
DUE 011797
POC Betty Sue Stevenson, Contract Negotiator, (805) 275-9451:
  Liliana J. Michaleski, Contracting Officer, (805) 277-3700
  x2229
DESC: The Air Force Flight Test Center (AFFTC) is seeking sources
  for an anticipated requirement. The government requires the
  following Ultra-High Performance Digital Radio Frequency Memory
  (UHP-DRFM) to be designed, developed, and assembled in accordance
  with the following minimum salient characteristics: Maximum
  number of targets: up to 256; Number of simultaneous Dopplers:
  at least 5; Doppler Range: +/- 500 Khz; Doppler Resolution:
  1 Hz; Doppler Spurious: >65dBc; Delay Resolution/Step Size:
  5 ns; Synthetic CW Modes; Head to Tail and Clipped Pulse; Coordinated
  Update Modes: Synchronous and Asynchronous; Output Priorities:
  Scenario Driver vs. Pulse Driven, New Pulse vs. Old Pulse;
  Number of Bits: Programmable 1 through 14; DRFM Spurious Performance:
  Typical <70 dBc (+/- 20 Mhz of Carrier) Worst Case -70 dBc;
  DRFM Flatness: +/- 2dB; DRFM Bandwidth: 200 Mhz and Phase Noise:
  Determined by 10 Mhz Reference. The contractor shall also be
  responsible for integrating and ensuring compatibility with
  the HYPRES, Inc. Analog-to-Digital Converter (ADC) which will
  be available on 01 Jul 97. Required delivery date for a fully
  integrated system is 27 Feb 98. Firms possessing the ability
  to provide the UHP-DRFM are invited to submit their capabilities
  to the following individual within 21 calendar days of the
  date of publication of this notice: Mr Ed Grigsby/412TW/EWWE,
  195 E Popson, Edwards AFB CA 93524-8290. Also send a copy of
  the transmittal letter to Betty Sue Stevenson, 5 South Wolfe
  Ave, Edwards AFB CA 93524-1185. The statement of capability
  shall be limited to 15 pages and should include, as a minimum,
  (1) information demonstrating your company's ability to meet
  the above minimum salient characteristics (2) evidence of past
  experience (3) related projects and/or existing systems, etc,
  and (4) business type (large, small or small disadvantaged).
  Only written responses will be accepted. This synopsis is a
  request for information and is not to be construed as a commitment
  by the Government. The government will not pay for any information
  submitted in response to this synopsis. Notes 8, 25   
LINKURL: http://cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
EMAILADD: stevensb%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-354 SN014003)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Dept. of the Army, Directorate of Contracting, Attn:
  ATZS-DKO-I, P.O. Box 12748 ,Fort Huachuca, AZ 85670-2748
SUBJECT: B--SPECIAL STUDIES AND ANALYSES - NOT R&D
SOL N/A
POC Contact Point, Marilyn Carney, 520-533-1064; Contracting
  Officer, Patricia Woznick
DESC: This notice is being issued to comply with FAR Parts 5
  and 6.  The  Directorate of Contracting, Fort Huachuca, Arizona
  is proposing to  negotiate on a sole source basis an Indefinite
  Quantity/Indefinite  Delivery  (IDIQ) contract with Potomac
  Institute for Policy Studies,  Arlington, VA,  for Dual Use
  Technology Development Analyses.  This  synopsis is also a
  market survey.  This  effort will analyze issues involving
  the selection, development, and insertion of dual use  technologies
  for Defense systems, including identification of future  military
  needs, and the analyses of trends in business processes and
   practices.  In addressing these issues, the emphasis will
  be on the  technical and organizational process changes necessary
  under post Cold War era conditions, such as diminishing budgets,
  downsized Defense  Industry and Service Labs, commercially
  driven technology advances,  and user needs that may sometimes
  differ qualitatively from more  traditional ones.  Some of
  the solutions will involve the co-development  and application
  of commercial and dual use technologies, and the  formulation
  of new approaches for defining and meeting user needs, as 
   well as adopting best commercial business practices.  More
  specifically,  the first task order goals are to:  (1)  identify
  and provide an  understanding of factors that affect the ability
  of the Department of  Defense to insert technology developed
  by Government and industry research and development facilities
  into fielded weapons systems, (2)  employ this  understanding
  in formulating approaches which will maximize insertion  potentials,
  and (3) to suggest organizational and procedural changes which
   will help to effect these unique approaches within the Army,
  Navy, Air  Force and Marines.  Potomac Institute is fully
  cognizant of the issues,  techniques, and procedures and does
  not require the time, or the added  expense to become familiar
  with the required ongoing programs or project  requirements.
   DARPA policy dictates that the contractor for this effort
   have no current or future involvement in DARPA R&D programs.
   Potomac  Institute is in compliance with this policy.  Interested
  contractors  are invited to identify their interest and technical
  capability, together  with the biography of individuals who
  would be assigned to perform this  effort within 15 days following
  the date of publication of this notice in  the CBD.   In the
  interest of time, potential sources are requested to  telephone
  this office (520-533-1064) not later than 2 days after this
   notice is published of their intent to submit technical capability
   statements.   Written responses to this announcement should
  be sent to  two offices as follows: Patricia Woznick, Directorate
  of Contracting,  P.O. Box 12748, Fort Huachuca, AZ 85613-2748
  and Mary Barrett, DARPA,  3701 North Fairfax Drive, Arlington,
  VA 22203-1714.   Fax responses may  be faxed to 520-538-0415,
  ATTN: Marilyn Carney.  No collect calls or phone  inquiries
  will be accepted.  However, if no response to the market survey
    is received indicating there are no other sources with the
  technical  capabilities required for this effort,  Note 22
  shall apply. 
CITE: (W-355 SN014197)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Dept. of the Army, Directorate of Contracting, Attn:
  ATZS-DKO-I, P.O. Box 12748 ,Fort Huachuca, AZ 85670-2748
SUBJECT: B--SPECIAL STUDIES AND ANALYSES - NOT R&D
SOL N/A
POC Contact Point, Marilyn Carney, 520-533-1064; Contracting
  Officer, Patricia Woznick
DESC: This notice is being issued to comply with FAR Parts 5
  and 6.  The  Directorate of Contracting, Fort Huachuca, Arizona
  is proposing to  negotiate on a sole source basis an Indefinite
  Quantity/Indefinite  Delivery  (IDIQ) contract with Potomac
  Institute for Policy Studies,  Arlington, VA,  for Dual Use
  Technology Development Analyses.  This  synopsis is also a
  market survey.  This  effort will analyze issues involving
  the selection, development, and insertion of dual use  technologies
  for Defense systems, including identification of future  military
  needs, and the analyses of trends in business processes and
   practices.  In addressing these issues, the emphasis will
  be on the  technical and organizational process changes necessary
  under post Cold War era conditions, such as diminishing budgets,
  downsized Defense  Industry and Service Labs, commercially
  driven technology advances,  and user needs that may sometimes
  differ qualitatively from more  traditional ones.  Some of
  the solutions will involve the co-development  and application
  of commercial and dual use technologies, and the  formulation
  of new approaches for defining and meeting user needs, as 
   well as adopting best commercial business practices.  More
  specifically,  the first task order goals are to:  (1)  identify
  and provide an  understanding of factors that affect the ability
  of the Department of  Defense to insert technology developed
  by Government and industry research and development facilities
  into fielded weapons systems, (2)  employ this  understanding
  in formulating approaches which will maximize insertion  potentials,
  and (3) to suggest organizational and procedural changes which
   will help to effect these unique approaches within the Army,
  Navy, Air  Force and Marines.  Potomac Institute is fully
  cognizant of the issues,  techniques, and procedures and does
  not require the time, or the added  expense to become familiar
  with the required ongoing programs or project  requirements.
   DARPA policy dictates that the contractor for this effort
   have no current or future involvement in DARPA R&D programs.
   Potomac  Institute is in compliance with this policy.  Interested
  contractors  are invited to identify their interest and technical
  capability, together  with the biography of individuals who
  would be assigned to perform this  effort within 15 days following
  the date of publication of this notice in  the CBD.   In the
  interest of time, potential sources are requested to  telephone
  this office (520-533-1064) not later than 2 days after this
   notice is published of their intent to submit technical capability
   statements.   Written responses to this announcement should
  be sent to  two offices as follows: Patricia Woznick, Directorate
  of Contracting,  P.O. Box 12748, Fort Huachuca, AZ 85613-2748
  and Mary Barrett, DARPA,  3701 North Fairfax Drive, Arlington,
  VA 22203-1714.   Fax responses may  be faxed to 520-538-0415,
  ATTN: Marilyn Carney.  No collect calls or phone  inquiries
  will be accepted.  However, if no response to the market survey
    is received indicating there are no other sources with the
  technical  capabilities required for this effort,  Note 22
  shall apply. 
CITE: (W-355 SN014198)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USDA - Forest Service, Ottawa National Forest, E6248
  U.S. 2, Ironwood, MI 49938
SUBJECT: C--A&E - ENVIRONMENTAL IDIQ (INDEFINITE-DELIVERY INDEFINITE-QUANTITY)
SOL R9Z-97-05-SS
DUE 012297
POC For technical information contact Rick Kell at 906-932-1330;
  For contractual information contact Janet Peterson at 715-362-1168
DESC: The work contemplated for this contract includes environmental
  engineering services for the investigation, design and inspection
  of projects involving hazardous materials (HAZMAT) within the
  seven National Forests and at the North Central Forest Experiment
  Station sites located in the states of Michigan, Minnesota
  and Wisconsin. Work may occasionally be performed outside of
  these states and for other federal agencies. Projects may include
  environmental investigations of hazardous waste sites, emergency
  response to hazardous spills, remediation plan preparation,
  remedial cleanup, PRP searches, environmental property assessments,
  sewer and water system design, geotechnical and geophysical
  exploration of sites, training, CERCLA and NEPA document preparation,
  perform Natural Resource Damage Assessments in accordance with
  established federal guidelines, and various other special engineering
  projects. Due to the variety of projects anticipated, the selected
  firm(s) must possess a wide range of professional services
  including environmental engineering, civil engineering, geotechnical
  engineering, geology, hydrogeology, botany, biology, and public
  affairs. The selected firm(s) will be required to possess the
  necessary permits, registrations and licenses that may be required
  to carry out the tasks ordered under this contract. The firm(s)
  shall have a broad range of experience with environmental projects
  performed in accordance with the National Contingency Plan,
  40 CFR 300, and under state authorities in Minnesota, Wisconsin
  and Michigan. Award of the contract is planned for on or about
  May 1, 1997, for a base period of one year with four optional,
  1-year extensions. The services ordered under this contract
  will be Fixed Price. In order to receive further consideration,
  the applicant must submit Standard Form (SF) 254 and SF 255
  addressing the basic evaluation criteria in NOTE 24, substituting
  USDA Forest Service where the Department of Defense is shown.
  Additional criteria to be evaluated include: (6) Demonstrated
  success in prescribing the use of recovered materials and achieving
  waste reduction and energy efficiency in facility design. (7)
  Computer-assisted design capability and capacity (where such
  design is required). The following information is required
  to supplement the SF 254 and SF 255: (a) In Block 4 on SF 255,
  list ONLY people employed by the office submitting the form
  that will be responsible for the fulfillment of the work, exclusive
  of any subcontractor or branch offices. (b) In Block 8 on SF
  255, list applicable experience in the states listed above
  that the firm has COMPLETED to the SATISFACTION of the applicable
  STATE or FEDERAL agency within the last 5 years. (c) In Block
  6 of SF 255, identify discipline/service to be supplied by
  each branch office or subcontractor, including the number of
  individuals employed by each. (d) Firms must have either in-house
  or through association with qualified subcontractors and/or
  consultants, the normal staff and equipment to handle any task
  so ordered. (e) Indicate the location of firm in relation to
  the following cities: Cass Lake, Minnesota; Duluth, Minnesota;
  Park Falls, Wisconsin; Rhinelander, Wisconsin; Ironwood, Michigan;
  Escanaba, Michigan; and Cadillac, Michigan. Include the location
  of any branch offices, subcontractors or laboratories that
  will be involved. Unnecessarily elaborate proposals beyond
  that required to present a complete, concise, and effective
  response are not desired. The estimated volume of work is unknown;
  however, a guaranteed amount of $5,000 will be ordered annually.
  No single task order will exceed $500,000. Annual orders will
  not exceed $1,000,000. Typical delivery orders will range between
  $10,000 and $70,000. See Note(s): 24.
CITE: (I-354 SN013998)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Navy Public Works Center, Washington Navy Yard, Code
  222, Bldg 175, Washington DC
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR COMPREHENSIVE RANGE
  PLANNING SUPPORT FOR DON
SOL N68925-97-D-A557
POC Christine Henderson, Contract Specialist, 202-685-8226.
DESC: This is an Indefinite Quantity Contract for Range Planning
  Support for the Department of the Navy. The Range Planning
  Office recently established under the Deputy Chief of Naval
  Operations (Logistics) is responsible for comprehensive planning
  for training ranges. Tasks under this support contract willl
  include but not be limited to: weapons safety impact analysis,
  range safety zone development, noise and airspace analysis,
  environmental planning, RAICUZ study support and land use planning.
  The Department of the Navy RAICUZ policy and guidance will
  be the basis for all analysis. The estimated start date is
  03/01/97. The individual fee for one project may not exceed
  $50,000.00. The contract amount will not exceed $500,000.00.
  The guaranteed minimum is $10,000.00. The proposed contract
  is for a term of one year with two one-year options to extend
  the term of the contract from the expiration date of the base
  year contract. This will be a firm fixed price (A/E) contract
  with specific required evaluation criteria, in relative order
  of importance, including specialized experience and qualifications
  in the following: (A) Contractor must have working knowledge
  and experience in areas of military aircraft performance and
  weapons systems, training requirements, and air-to-ground weapons
  delivery, (B) Contractor must have working knowledge of the
  HAZARD methodology used in weapons impact analysis, (C) Contractor
  must have knowledge and experience in land use planning in
  the vicinity of military installations, (D) It is preferred
  that the Contractor have a local metropolitan Washington DC
  office for planning support. (E) The firm must have the professional
  capacity to perform mutiple studies and sustain the loss of
  key personnel while accomplishing the delivery orders within
  the assigned time frame. (F) Professional Qualifications of
  the staff to be assigned to this project: Experience, if any
  of the firm with respect to performance on DOD contracts. Present
  firm's workload in respect to project team availability (including
  subcontracting). Each contractor shall also be evaluated in
  terms of (1) Professional qualifications necessary for satisfactory
  performance of required services; (2) Specialized experience
  and technical competence in the type of work required; (3)
  Capacity to accomplish the work in the required time; (4) Past
  performance on contracts with Governmnet agencies and private
  industry in terms of cost control, quality of work and compliance
  with performance schedules; (5) Location in the general geographical
  area of the project and knowledge of the locality of the project;
  and (6) Demonstrated success in prescribing the use of recovered
  materials and achieving waste reduction and efficiency in facility
  design. The A/E's which meet the requirements described in
  the announcement are invited to submit a completed SF 254 &
  255, US Government (A/E) qualifications to the office shown
  above. Interested firms responding in writing by 23 Jan 97
  will be considered for selection. Firms having a current SF
  254 on file with this office need not file again, but must
  submit a completed SF 255 by this closing date. No other general
  notification to firms under consideration for this project
  will be made and no further action is required. THIS IS NOT
  A RFP. SEE NOTE 24.
CITE: (I-355 SN014233)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--DESIGN SERVICES FOR THE RENOVATION OF THE AIR MOBILITY
  WARFARE CENTER, BUILDING NO. 5656, FORT DIX, WRIGHTSTOWN, NEW
  JERSEY
POC Gwendolyn V. McBride, (215) 656-6774.
DESC: The U.S. Army Corps of Engineers, Philadelphia District
  intends to award a firm fixed price contract to Benatec Associates,
  Incorporated, 101 Erford Road, Camp Hill, Pennsylvania 17011.
  The contractor will perform an investigation and provide design
  services to support on-going renovations of the Air Mobility
  Warfare Center. This award will be made as a sole source under
  Authority 10 U.S.C. 2304(c)(1), Only One Responsible Source
  and No Other Supplies/Services will Satisfy Agency Requirements.
CITE: (M-355 SN014303)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities
  Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470
SUBJECT: C--DESIGN AND ENGINEERING SERVICES FOR THE PREPARATION
  OF CONSTRUCTION DRAWINGS, SPECIFICATIONS AND COST ESTIMATE
  FOR THE SHEET PILE REPAIRS TO WHARFS S374 AND A7, PEARL HARBOR,
  HAWAII
SOL N62755-97-R-0943
DUE 012797
POC J. SHIMODA, 808/474-1513/Contracting Officer, A.Yuen, 808/474-1513.
DESC: This solicitation is for design and engineering services
  for repairing the sheet pile bulkhead at Wharf S374, Ford Island
  and Wharf A7, Bishop Point, Naval Station, Pearl Harbor, Hawaii.
  The work includes, but is not limited to providing new steel
  sheetpile bulkhead and tie-back system, cathodic protection
  system for the new sheet piles, new concrete pile cap, new
  concrete slab, deck accessories and miscellaneous utility work.
  The contract may include an amount for post construction award
  services. These services generally will involve but are not
  limited to review of construction contractor submittals, preparation
  of as-built drawings, and office and site consultation services.
  We will normally not require post construction award services
  more than 18 months after completion of the design. The project
  scope(s) may require evaluation and definition of asbestos
  materials, toxic waste disposition and/or pollution control
  wrok. Firms must accept these requirements as a part of their
  contract responsibility. The contract requires that all construction
  contract specifications use the SPECINTACT system. Estimated
  construction cost of project is $3,510,000. Estimated design
  start date is June 1997. We will use the follwing selection
  criteria, in relative order of importance, to evaluate and
  select qualified architect-engineer (A-E) firms. (1) Professional
  qualifications of firm and staff proposed for performance of
  required services. (2) Specialized recent experience and technical
  competence of firm or particular staff members in reconstructing
  piers. Submit a list of (3) references with phone numbers and
  person to contact. (3) Capacity to accomplish the work in the
  required time. (4) Past performance on contracts with Government
  agencies and private industry in terms of cost control, quality
  of work, and compliance with performance schedules. Discuss:
  a) the process for cost control and the key person responsible,
  b) the process for compliance with quality control and the
  key person available, c) the process for compliance with the
  performance schedule and the key person responsible, i.e.,
  description of how work will be accomplished in the required
  time, including the composition of the team and availability
  of staff, and the A-E firm's design quality control practices/techniques.
  (5) Location in the general geographical area of the project
  and knowledge of the locality of the projects, list projects
  completed in that geographical area and give particular conditions
  of that area, provided, the application of this criterion leaves
  an appropriated number of qualified firms, given the nature
  and size of the project. (6) Demonstrated success in prescribing
  the use of recovered materials and achieving waste reduction
  and energy efficiency in facility design. (7) The volume of
  work previously awarded to the firm by the Department of Defense
  during the previous 12 months shall also be considered, with
  the object of effecting an equtable distribution of Department
  of Defense A-E contracts among qualified A-E firms, including
  small and small disadvantaged business firms, and firms that
  have not had Department of Defense contracts. This prospective
  contract is a potential 100 percent set-aside for small business
  (SB) concerns. The small business size standard classification
  is SIC 8711 ($13.5 million in annual receipts). A-E firms meeting
  the requirements described in this announcement must submit
  complete, updated Standard Forms 254, Architect-Engineer and
  Related Service Questionnaire, and 255, Architect-Engineer
  and Related Services Questionnaire for Specific Project to
  the office shown above. A-E firms' subconsultants must also
  submit completed Standard Forms 254 and 255. Responding FIRMS
  SHALL SPECIFICALLY ADDRESS ALL OF the listed selection criteria
  so the Government can properly evaluate the qualifications
  of firms APPLYING. FAILURE TO ADDRESS ALL THE CRITERIA may
  be GROUNDS FOR NON-SELECTION. We need only one copy of all
  forms. Clearly show the office location where you will do the
  work and the experience of those that will do the work and
  their location. Submit forms to this office by 2:00 p.m. HST
  on 27 January 1997. See Note 24. This is not a request for
  a proposal.
CITE: (I-355 SN014357)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, VA 23681-0001
SUBJECT: C--ENVIRONMENTAL ENGINEERING SERVICES
SOL N/A
POC R. Todd Lacks, Contract Specialist, 757-864-2477.
DESC: CORRECTION: (This synopsis was published in the CBD on
  12/5/96) The posting of the draft Statement of Work and RFO
  1-39-AFC.1211 for Environmental Engineering Services on the
  NASA Langley Internet Procurement Home Page will be postponed
  until after the holidays. The revised procurement schedule
  calls for the Draft Statement of Work to be posted on or about
  January 15, 1997, followed by the RFO on or about February
  18, 1997. At such time, potential offerors may access and downloaded
  both documents from the NASA Langley Internet Procurement Home
  Page at http://db-www.larc.nasa.gov/procurement/home-page.html.
  Firms that do not have access to the Internet may request copies
  of the draft Statement of Work and RFO by calling the LaRC
  Bid Distribution Office at (757) 864-2547. The technical point
  of contact for this procurement is John W. Lee. Mr. Lee may
  be reached by e-mail at john.w.lee@larc.nasa.gov, or by calling
  (757) 864-3342. The point-of-contact for all other procurement
  matters is R. Todd Lacks. Mr. Lacks may be reached by e-mail
  at r.t.lacks@larc.nasa.gov, or by calling (757) 864-2477. Note
  that this procurement will be conducted under full and open
  competition guidelines and will include an 8% small disadvantaged
  business subcontracting goal. This procurement is open to all
  qualified firms, both small and large businesses.
CITE: (I-355 SN014360)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL ENGINEERING
  SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE ATLANTIC
  DIVISION, NAVAL FACILITIES ENGINEERING COMMAND
SOL N62470-97-R-3002
DUE 012197
POC Point of Contact - Bayla Mack, 757-322-8271 - Dean Koepp,
  Head, Contract Support Branch, 757-322-8270
DESC: Correction:  This action published in the CBD on 17 December
  1996 is amended as follows:  The response date for this contract
  is changed to 4:00 p.m. EST, 21 January 1997.  All other information
  in the original synopsis remains the same.  
EMAILADD: mackbl@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-355 SN014373)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S.  Army Engineer District, Alaska, ATTN:  CENPA-EN,
  P.O.  Box 898, Anchorage, AK 99506-0898 (Physical Address:
   Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf
  AFB, AK 99506-0898)
SUBJECT: C--INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT
  FOR OPERATIONS AND MAINTENANCE (O&M) PROJECTS FOR THE DEPARTMENT
  OF PUBLIC WORKS (DPW), VARIOUS LOCATIONS
SOL DACA85-97-R-0008
DUE 122096
POC Administrative Inquiries:  Ms. June Wohlbach, 907/753-5624
  or  Technical Inquiries:  Mr. David Piening, 907/753-5609,
  Contracting Officer:  Ms. Gail West
DESC: 1.  CONTRACT INFORMATION: This announcement is open to
  all businesses regardless of size.  If a large business is
  selected for this contract, it must comply with FAR 52.219-9
  regarding the requirement for a subcontracting plan for that
  part of the work it intends to subcontract.  The FY97 subcontracting
  goals for this contract are a minimum of 55% of the contractor's
  intended subcontract amount be placed with small businesses,
  8.5% of that to small, disadvantaged businesses, and 3.0% to
  woman-owned businesses.  The subcontracting plan is not required
  with this submittal.  All responders are advised that this
  project may be cancelled or revised at any time during the
  solicitation, selection, evaluation, negotiation and final
  award. The contract shall be an indefinite delivery firm fixed
  price.  The contract limit is $400,000.  The contract may include
  options for two additional option years and an additional $400,000
  per year.  There will be no specific delivery order limit except
  for the contract limit.  Contract award is anticipated for
  Mar 97.  2.  PROJECT INFORMATION:  The AE selected would be
  required to have sufficient staff, flexibility, and capability
  to be available on an as-needed basis.  Typical types of services
  to be provided are evaluating existing HVAC systems, designs
  to replace heating systems, asbestos/lead surveys, site improvements,
  landscaping, and design of minor renovations. LOCATION:  Various
  Locations, Alaska.  3.  SELECTION CRITERIA: The following selection
  criteria headings are listed in descending order of importance:
   (A) specialized experience and technical competence in (weighted
  equally):  (1) design of small mechanical/electrical repair
  jobs; (2) preparation of plans and specifications for military
  construction projects; (3) steam/condensate, water, electrical,
  and sewage utility systems; (4) construction cost estimating,
  and arctic design experience; (B) professional personnel in
  the following disciplines (weighted equally): (1) minimum in-house
  requirements are 1 mechanical engineer and 1 electrical engineer,
  each with 5 years post-graduate experience; (2) disciplines
  which may be subcontracted:  architectural, civil, structural,
  fire protection, cost estimating, and a hazardous materials
  engineer.  Responding firms MUST address each discipline, clearly
  indicate which shall be subcontracted, and provide a separate
  SF254 and SF255 for each subcontractor necessary.  The contractor
  shall employ, for the purpose of performing that portion of
  the contract work in the State of Alaska, individuals who are
  residents of the State, and who, in the case of any craft or
  trade, possess or would be able to acquire promptly the necessary
  skills to perform the contract.; (C) past performance on DOD
  and other contracts with respect to cost control, quality of
  work, and compliance with schedules; (D) capacity to maintain
  schedules and accomplish required work on three simultaneous
  delivery orders; (E) location of the firm in general geographical
  area of the projects and knowledge of locality:  availability
  of AE staff to meet frequently with DPW personnel in Anchorage
  and ability to mobilize staff to Alaskan project sites on relatively
  short notice; (F) volume of DOD contract ards in the last 12
  months;  and (G) extent of participation of SB, SDB, historically
  black colleges and universities, and minority institutions
  in the proposed contract team, measured as a percentage of
  the estimated effort. 4. SUBMISSION REQUIREMENTS:  Firms submitting
  SF 255s (1 copy only) should include:  (1) organization of
  proposed project team, (2) responsibilities and authority of
  key project personnel, (3) relationship of project team to
  overall organization of the firm, (4) a quality control plan,
  and (5) in block 8c of the SF 255 include a POC and phone number.
   The 11/92 edition of the forms MUST be used, and may be obtained
  from the Government Printing Office, by calling the administrative
  contact named above, or from commercial software suppliers
  for use with personal computers and laser printers.  Submittals
  must be received at the address indicated above not later than
  COB (4:00 pm Alaska time) on the 30th day from the date of
  this announcement.  If the 30th day is a Saturday, Sunday,
  or Federal holiday, the deadline is the close of business of
  the next business day.  Any submittals received after this
  date cannot be considered.  No additional information shall
  be provided, and no faxed submittals shall be accepted.  Solicitation
  packages are not provided.
CITE: (I-354 SN014022)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: ACC CONTRACTING SQUADRON, 227 HUNTING AVE, SUITE 301,
  LANGLEY AFB, VA 23665-2771
SUBJECT: C--ARCHITECT AND ENGINEER SERVICES
SOL N/A
POC  TSgt Bowers, Contract Manager (757) 764-4187 ext. 139; Helen
  Vaughn, Contracting Officer ext. 133.
DESC: Architect-Engineer services are required for award of an
  Indefinite  Delivery Indefinite Quantity type contract for
  infrastructure maintenance,  repair, and construction projects,
  studies, surveys, engineering  evaluations,  and training requirements
  at sites and locations throughout  the United States and overseas
  locations in support of Air Combat Command.   Site locations
  include, but are not limited to, the United States, Panama,
   Azores, and Southwest Asia.  The contracting officer may elect
  to award  multiple contracts from a single synopsis (if elected
  no more than two  awards will be made).  The contract will
  cover a one year basic ordering  period with two one year option
  periods.  Delivery Orders, which will be  firm fixed price,
  may be issued on an as required basis for one year from  the
  award date of the contract with a two year option.  Total fees
  will not  exceed $750,000 for each year, with no individual
  delivery order to exceed  $299,000.  Total fees of $5,000 are
  guaranteed in the basic year only.   Services include surveys,
  studies, design, construction inspection,  installation inspection,
  and training requirements for various  infrastructure  projects
  and programs.  Required engineering disciplines  include civil,
  electrical, mechanical, fire protection with supporting  architectural
  and structural.  Work includes, but is not limited to, design
   development of plans, drawings, specifications and cost estimates
  for  contract accomplishment,  studies, investigations, training,
  and services.   The successful firm is expected to have the
  capability to perform 80% or  more of the contracted services
  using their in-house personnel.  A-E  evaluation factors will
  include (in order of importance):  (1). Specialized  experience
  in renovation, upgrade, repair and construction of commercial
  and  industrial facilities (specifically their supporting infrastructure
   systems), to include investigation of Pavement Defects and
  Deficiencies,  Airfield Pavements Surface Effects Testing,
  Pavement Condition Surveys  (Airfield, Streets, and Parking
  Lots), Airfield Pavements Evaluation,  Airfield Mission Change
  Impact Studies, Pavement Drainage Studies, Aircraft  Refueling
  Systems (Dispensing and Storage) Studies, Railroad Trackage
   Maintenance Repair and Re-Construction Studies, Base Roofing
  Surveys, Roof  Maintenance, Repair, and Replacement Projects,
  Oversight of Aircraft  Arresting System Construction, Electrical
  Distribution Studies, Fire  Protection System Evaluations,
  Life Safety Studies, Fire Hazards Analysis,  Indoor Air Quality
  Surveys, Water Pressure/Flow Analysis, Water and Sewage  Treatment
  Studies, Water Supply and Conservation Studies, Cathodic  Protection
  System Evaluation, Troubleshooting and Design, Unforeseen 
  Infrastructure Studies, and providing training programs for
  various  infrastructure areas such as Corrosion Control, Radio
  Fire Alarms, Direct  Digital Controls, Roof Surveys, NFPA code,
  NEC code, American Petroleum  Institute Tank Inspection, Industrial
  Water Treatment, etc. (2) Professional  qualifications necessary
  for satisfactory performance indicated by  education, experience,
  registration and management ability of personnel to  be assigned
  to this contract.  Based on anticipated requirements, firms
  must  indicate their professional capabilities and staff availability
  in the areas  of civil engineering, electrical engineering,
  mechanical engineering, fire  protection engineering, estimating,
  specification writing, construction  inspection, and drafting
  support. (3) Capacity of the firm to accomplish  delivery orders
  in the time required during the entire contract period. (4)
   Location of the firm from Langley AFB, Hampton VA, in range
  of: within 40  miles, between 40 and 100 miles, and beyond
  100 miles. (5) Experience of the  firm with respect to renovation
  and construction work on Department of  Defense contracts primarily,
  with less weight given to performance on  contracts with private
  industry. (6) Licensing or agreements to operate in  the following
  countries: Panama, Azores, and Southwest Asia.   This is not
  a  request for proposal.  Response by submittal of 2 copies
  of Standard Forms  254 and 255 must be received no later than
  4:30 p.m. EST, 28 Jan 97.  Firms  desiring consideration shall
  submit appropriate data as described in  Numbered Note 24.
   Submittals must be sent to ACC CONS/LGCE, Attn.:  TSgt  Bowers,
  227 Hunting Avenue, Suite 301, Langley AFB VA  23665-2771.
EMAILADD: bowersj@acccons.langley.af.mil
EMAILDESC: 
CITE: (D-355 SN014248)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: C--IDC FOR MULTI-DISCIPLINE A-E DESIGN SERVICES FOR
  VARIOUS PROJECTS IN THE WILMINGTON DISTRICT, NC & VA 
SOL 129&&&-9612-0003
POC PAUL MASON, CESAW-EP-EE (910) 251-4789; HILDA AYERS, CONTRACT
  SPECIALIST (Site Code DACW54)
DESC: A-E services are required for Indefinite Delivery Contract
  for multi-discipline (architectural, structural, civil, environmental,
  electrical and mechanical) design for various projects in North
  Carolina and Virginia. The contract will be negotiated fr a
  12- month performance period with an option to renew for a
  second 12-month period. Total value of the contract will not
  exceed $249,000 for each 12-month period with no individual
  delivery order to exceed $150,000. Multiple contracts may be
  awrded fromthis announcement. PROJECT INFORMATION: Individual
  orders will be issued requiring development and preparation
  of all, or some portion of, drawings, specifications, design
  analyses, and cost estimates required for alterations, new
  construction, maintenance and repair projects. Orders may require
  HTRW investigations. Responding firms should indicate ability
  to provide support in all above disciplines either by in-housesources
  or by consultants. Design products will be required in Intergraph
  Microstation CADD files (files having the ".dgn" extension)
  and Intergraph In-Roads surface model files (files having the
  ".ttn" or ".dtm" extension). Detailed construction cost estiates
  will be required in the MCACES format. SELECTION CRITERIA:
  Evaluation criteria, listed in descending order of relative
  importance, have been established for this requirement as follows:
  A. Experience of the firm and personnel qualifications in design
  and preparation of plans and specifications for varied projects.
  B. Capacity of the firm to respond to and complete individual
  work orders in a shrt time period. C. Past performance on DOD
  contracts. D. Knowledge of the locality: Familiarity with the
  conditions and regulations effecting work in North Carolina
  and Virginia. E. SB and SDB participation: Extent of participation
  of small business, smalldisadvantaged business, historically
  black colleges and universities, and minority institutions
  in the proposed contract team, measured as a percentage of
  the total estimated cost. F. Equitable Distribution of DOD
  Contracts: Volume of DOD contract awards in the last 12 months
  as described in Note 24. SUBMISSION REQUIREMENTS: See Note
  24 for general submission requirements. Interested firms having
  the capailities to perform this work must submit a copy of
  the SF 255 (11/92 edition) and a copy of the SF 254 (11/92
  edition) for the prime and all consultants to the above address
  not later than the CLOSE OF BUSINESS on the 30th day after
  the date of this announement. If the 30th day is a Saturday,
  Sunday or Federal holiday, the deadline is the close of business
  of the next business day. Applicants may supplement the forms
  with other information deemed appropriate. Solicitation packages
  are not provided. This is not a request for proposal. SIC CODES:
  8711 and 8712. NOTE: THIS PROPOSED PROCUREMENT IS UNRESTRICTED.
CITE: (I-355 SN014285)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Farm Service Agency (formerly Agricultural Stabilization
  and Conservation Service), 10500 Buena Vista Court, Des Moines,
  IA 50322
SUBJECT: C--ARCHITECT AND ENGINEER SERVICES
SOL SO-7-18w-RFP
DUE 013097
POC Contracting Officer: Debra L. Stevens, (515) 254-1540, ext.
  608.
DESC: Professional land surveying services are required to stake
  and describe by survey of record legal descriptions for conservation
  easements and homestead protection rights on Farm Service Agency
  (FSA) custodial and inventory properties. Surveys may also
  be required in conjunction with loan servicing actions. The
  properties could be located anywhere in Iowa. Selection of
  firms shall be through an order of preference per county based
  on demonstrated competence and qualifications necessary for
  the satisfactory performance of the type of professional services
  required. Firms submitting qualifications should have on staff
  at least one surveyor licensed in the   State of Iowa. No attempt
  will be made to measure a land surveyor or firm in terms of
  length of time as a surveyor, years in operation, nor affiliation
  with professional societies through membership or publication.
  A&E selection criteria include (in descending order of importance):
  (1) Professional qualifications necessary for satisfactory
  performance of required services and a description of the role
  of the licensed Land Surveyor in all phases of the project;
  (2) Specialized experience and technical competence in retracement
  procedures for section subdivision, proportioning corners and
  rules of evidence applied to original corner searches and a
  description of the   approach used to resolve problems resulting
  from conflicts of surveys, possession, or title; (3) Capacity
  to provide adequate and appropriate skilled personnel to complete
  the work and an estimate of the average time to complete the
  work (assuming weather is not a factor); (4) Past performance
  on contracts with Government agencies and private industry
  in terms of quality of work (provide a sample of similar survey),
  cost control (provide an explanation of the relevant factors
  used in establishing price of sample survey submitted), and
  compliance with performance schedules (Note: Responses to this
  item shall constitute completion of items 10 and 11 on the
  SF 254. A minimum of three   projects and a maximum of five
  meet this requirement.); and (5) Geographical location of firm,
  listing of Iowa county(ies) in which work is desired, and knowledge
  of each designated county. The estimated number of surveys
  needed for a twelve month period is expected to be fifteen;
  therefore, it is anticipated that each survey will be procured
  under individual purchase order. All responsible sources are
  encouraged to request a solicitation package. To be considered,
  firms shall submit the completed solicitation package, an SF
  254, and provide a narrative summary for each supplementary
  item identified above. Submissions shall be addressed to Debra
  Stevens, Farm Service Agency,   10500 Buena Vista Court, Des
  Moines, Iowa 50322.
CITE: (M-355 SN014312)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: 50 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB,
  CO 80912-6649
SUBJECT: D--ON-SITE SURVEY OF SELECTED COMMUNICATIONS ARCHITECTURE
  AND MISSION EQUIPMENT
SOL FA255097Q0136
DUE 010997
POC MSgt Vince Benavente, (719)567-3847
DESC: This is a combined synopsis/solicitation -- this announcement
  constitutes the only solicitation; quotations are being requested
  and a written solicitation will not be issued.  The request
  for quotation number is FA2550-97-Q0136.  The solicitation
  and resulting purchase order will incorporate provisions and
  clauses applicable to a service effort and in effect through
   Federal Acquisition Circular 90-47.  This solicitation is
  issued to Accugraph Services Group, however, any responsible
  source may submit a quotation which will be considered.  SIC
  7379 applies.  The Service Contract Act of 1965, as amended
  and Blanket Wage Determination No 94-2079 dated 12 Dec 1995
  apply.  CLIN 0001, Site Survey, 1 Job $______________.  Place
  of performance is Falcon AFB, Colorado.  This is a limited
  access area, and the Government will provide escorts for contractor
  personnel.  Firm-fixed price quotations are due in writing
  by 2 PM, 9 Jan 97. at 50 CONS/LGCV, Bldg T-66, Falcon Parkway
  Ste 49, Falcon AFB, CO  80912-6649, FAX719-567-3809.  Questions,
  call MSgt Vince Benavente, 719-567-3847.  The site survey requirements
  are as follows:  Geographical Information System (GIS) Survey.
    1.  Non-Personal Service:  Contractor to provide all tools,
  parts, materials, labor, and transportation necessary to provide
  the following service:  2.  The 50th Logistics Support Squadron
  located at Falcon Air Force Base (FAFB), CO has a requirement
  for an on-site survey of selected 50th Space Wing communications
  architecture and mission equipment.  During the course of the
  survey, circuit architecture and equipment profile date gathered
  will be input into an appropriate Oracle database structure;
  facilities, equipment, cabling and cabling, and cable paths
  will be identified and graphically modeled into AutoCad as-built
  configuration drawings; and all captured information must be
  100-percent compatible with, and usable by the Accugraph (Windows
  NT & UNIX) communications network management software suites.
   There is no government furnished equipment (GFE), and survey
  personnel will require escort once inside the secured area
  (see para 6 for escort requirements).  Data generated under
  this contract will be considered property of the U.S. Government.
   the Accugraph software and all data associated with this survey
  will be integrated with GFE and/or information to demonstrate
  and validate an overarching Wing GIS capability.  Once validated,
  all deliverables under this contract will be provided by the
  Government to the Site Integration and Support Contract as
  GFE for further GIS development and testing.  3.  The survey
  may begin as early as 13 Jan 1997 but no later than 21 Jan
  1997, and must be completed no later than 30 calendar days
  after survey start in order to accommodate a GIS demonstration
  for 50 SW/CV, 50 LG/CC, 50 OG/CC, and 50 SPTG/CC.       a.
   FAFB Bldg 300 areas to be surveyed have been prioritized and
  are as follows:            - Falcon BNCC (1st floor, Rm 153)
             - LAN Help Desk area (1st floor, Rm 153)      
      - 50 SW Command Section (3rd floor, Rm 301)          
  - 50 LG Command Section (3rd floor, Rm 311)           - 50
  LG Conference Rm (3rd floor, Rm 331)           - 50 OG Command
  Section (2nd floor, Rm 201)           - 50 SPTG Command Section
  (1st floor, Rm 147)           -  50 SPTG Conference Rm (1st
  floor, Rm 145)           - Telecommunications Center (1st
  floor, Rm 101)  4.  For each identified area, the survey
  is intended to capture data communications (voice and LAN)
  architecture down to the individual wire level.  In addition,
  physical facility configuration and layout will be captured
  to reflect actual locations and routing.  All captured information
  will be input/modeled into electronic format for utilization
  by the Accugraph (Windows NT & UNIX) software suite.    5.
   The only exception to the above requirements will be the FAFB
  Telecommunications Center (1st floor, Rm 101).  In consideration
  of its degree of difficulty to capture and survey time constraints,
  Rm 101 is intentionally the last area for survey.  As such,
  minimum rm 101 requirements are to capture physical room configuration,
  location and footprint of all equipment, and complete modeling
  of at least one (1) equipment rack down to the prot level.
   If remaining survey hours are available, those hours should
  be expended gathering data down to the individual wire level
  for the remainder of Rm 101.  6.  The contractor shall comply
  with Falcon AFB security requirements and coordinate with the
  Security Police and 50 LSS/SCT Security Manager, Mrs Attzje
  Deubach (719)567-7404 for required paperwork and security clearance.
   The government will provide all security escorts.       
EMAILADD: benavent@fafb.af.mil
EMAILDESC: 
CITE: (W-354 SN014017)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Defense Personnel Support Center, Attn: DPSC-PBB, Bldg.
  6-1-D, 2800 South 20th Street, Philadelphia, PA 19145-5099
SUBJECT: D--CELLULAR PHONE SERVICE
SOL SP010397R0002
DUE 021097
POC Ellen Lester/215-737-5875, Contracting Officer, Frank Holder/215-737-2257
DESC:  The Defense Personnel Support Center, Philadelphia, PA
  has a requirement for cellular phone service for the Tri-State
  area (PA, DE and NJ) including peak, off-peak and roaming services.
   All requests for solicitation must be sent to Defense Personnel
  Support Center, ATTN:  Ellen Lester/DPSC-PBB, 2800 South 20th
  Street, Philadelphia, PA  19145 or fax to 215-737-7942, ATTN:
   Ellen Lester. 
EMAILADD: eplester@dpsc.dla.mil
EMAILDESC: 
  e-mail
CITE: (W-355 SN014168)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DOT/Volpe National Transportation Systems Center, 55
  Broadway, Kendall Square, Cambridge, MA 02142
SUBJECT: D--RENEWAL OF LICENSING AGREEMENT FOR PROPRIETARY SOFTWARE
  USED FOR CRASHWORTHINESS STUDIES AND DEVELOPED STRUCTURAL AND
  L MODELS
SOL DTRS57-97-Q-80058
DUE 123196
POC Karen Marino, Purchasing Agent, 617/494-2437.
DESC: The Volpe Center plans to procure a sole source simplified
  acquisition from Livermore Software Technology Corporation
  (LSTC), Livermore, CA for the renewal of a proprietary software
  license agreement. The Volpe Center has been supporting NHTSA
  in conducting engineering studies which include automobile
  modeling and crashworthiness evaluation and biomechanical modeling
  and analysis. These studies depend on finite-element analysis
  of complicated vehicle and biomechanical structures. Under
  the terms of the site license, the proprietary LSTC codes may
  be installed on up to 35 Unix workstations at the Volpe Center
  and various NHTSA locations. Small Business firms classified
  under SIC code 1711 interested in competing must demonstrate
  in writing to the Contracting Officer within 15 days of the
  publication of this synopsis that they possess the rights to
  the proprietary codes and are capable of fulfilling the requirement.
  Small Business firms will be required to submit documentation
  in support of the above for evaluation by the Government prior
  to receiving a quotation. A single award will result from this
  solicitation. NO telephone requests will be accepted - only
  written requests for this quotation will be accepted however,
  we will accept requests for this quotation via facsimile, at
  (617)494-3649, ATTN: Karen Marino, DTS-852.
CITE: (I-355 SN014237)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: D--INTEGRATED COLLECTION SYSTEMS (ICS) MAINFRAME MAINTENANCE
SOL TIRNO97R00012
DUE 021997
POC Contract Specialist, Romaine A. Wilkins, 202-283-1264
DESC: This request for proposals (RFP) for FIP resources support
  consists of equipment maintenance and related support services.
  These services are currently being performed under IRS contract
  TIRNO-91-D-00038 with Lockheed Martin Federal Systems Co. The
  sandard industrial classification (SIC) code is 7378. The acquisition
  will be a total small business set-aside. The contract will
  have a one year base contract period, and three one-year options
  to extend. The FIP resources are located at the two IRS computng
  centers located in Martinsburg, WV and Memphis, TN; and at
  the IRS' nine service centers located in Andover, MA, Atlanta,
  GA, Austin, TX, Holtsville, NY, Covington, KY, Fresno, CA,
  Kansas City, MO, Ogden, UT, and Philadelphia, PA. Equipment
  maintenance shall consist of the labor, tools, diagnostic software
  and parts required to perform on-site preventive maintenance
  and remedial repair on either an on-call or per-callbasis,
  or a combination of both. The required remedial maintenance
  support will be available up to 24 hours per day, seven days
  per week, at each site, with a response time of two hours.
  Equipment to be supported includes IBM plug compatible mainframe
  procssors, communication controllers, and peripherals devices
  such as DASD, tape drives, printers, and terminals. Support
  Services shall consist of maintenance related systems engineering
  services such as repair, testing, installation, removal, and
  configuration of equipment. The contract will support the addition,
  removal, and substitution of equipment. The estimated issue
  date for the solicitation i February 5, 1997, with proposals
  due on or about March 26, 1997, with the contract award scheduled
  for October 1, 1997. Telefax requests will be accepted at (202)
  283-1533. Telephone requests will not be honored. You may obtain
  the solicitation from the IS Procurement Bulletin Board System
  (BBS). 1. To access the BBS dial (202) 799- 0943. 2. To gain
  access your system set at the following defaults: 9600 Baud,
  No Parity, 8 databits, 1 stop bit. 3. The system will prompt
  you for your name, business name and address, the kind of system
  you are using, user ID, and a password of your choice. 4. At
  the Main Systems Menu, Type "L" then press (ENTER). 5. Type
  "S"to select a library then press (ENTER). 6. Type "SBPO" then
  press (ENTER). 7. Type "F" then press (ENTER) to view a list
  files. 8. To download a file enter D(filename)(ZMODEM) then
  press (ENTER). Note: The ICS Maintenance RFP filename is ICSMFMNT.EXE.
  9. T exit the BBS and/or any menu, type "X". The systems are
  operating 24 hours a day, 7 days a week. See Note(s) 1 and
  26.
CITE: (I-355 SN014277)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DISA/DITCO/DTS41, 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: D--AMDAHL, IBM, MEMOREX, TELEX AND STAR HARDWARE MAINTENANCE
SOL DCA200-97-Q-0047
DUE 010797
POC Pamela Hall, 618-256-9491
DESC: The Defense Information Technology Contracting Organization
  (DITCO), Scott AFB, IL intends to issue a Purchase Order for
  hardware maintenance for an Amdahl 5890-600E CPU and miscellaneous
  IBM, Memorex, Telex and Star peripheral equipment to be performed
  at DCTF, 1010 Gause Blvd, Slidell, LA  70145 for the period
  1 Feb 97 to 30 Sep 97.  The anticipated request for quote (RFQ)
  date is 9 Jan 96.  Interested vendors can obtain the RFQ by
  faxing a request to 618-256-9414 under solicitation number
  DCA200-97-Q-0047 - oral requests for quote will not be accepted.

CITE: (W-355 SN014314)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Department of Labor, Procurement Services Center,
  200 Constitution Ave, NW, Room N-5416, Washington, DC 20210
SUBJECT: D--INFORMATION RETRIEVAL SERVICES
SOL RFP L/A 97-08
POC Leonard L. Bednar, (202) 219-6445/Contracting Officer, Phyllis
  R. McMeekin, (202) 219-6445.
DESC: The Contractor will be required to produce the data necessary
  for an accurate demographic and employment profile of crop
  farmworkers at a national and, for some variables, at a regional
  level. The period of performance is anticipated to be from
  the date of award through FY1998 and two one-year option periods.
  The current contract, J-9-M-3-0038, is scheduled to expire
  on September 27, 1997. The incumbent contractor is Aquirre
  International, a firm located in San Mateo, California. It
  is anticipated that a transition period will be necessary if
  the awardee of the new contract is a vendor other than the
  incumbent. Consequently, the Government will attempt to award
  a new contract several months prior to the current contract`s
  expiration date. Offerors must submit written requests for
  the solicitation and those requests must reference the solicitation
  number(RFP L/A 97-08). The Government will consider requests
  from all responsible vendors that are small businesses. The
  small business size standard is $18 million and the SIC code
  is 7375. Only one award is anticipated. See Numbered Notes
  1 and 26.
CITE: (I-355 SN014341)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: D--FEDERAL INFORMATION PROCESSINIG (FIP) DEVELOPMENT
  SERVICES
SOL N00189-91-D-0404
POC Ms. Janice Brindley, (757) 444-3047/Contracting Officer,
  Ms. Paulette Spruill, (757) 444-4006
DESC: Under Contract N00189-91-D-0404, the Government intends
  to negotiate on a sole source basis with Lockheed Martin Tactical
  Systems, Inc. to increase FIP development services.  The increased
  services shall run through 31 March 1997 until the follow-on
  contract is awarded.  The estimated cost of the increase is
  $1,211,393.97.  The services are required by the Officer in
  Charge, Fleet Combat  Direction Systems Support Activity. 
LINKURL: N/A
LINKDESC: 
EMAILADD: hrdet9@mindspring.com
EMAILDESC: 
  Division
CITE: (W-355 SN014380)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: 5600 Fishers Lane, Room 5-95, Rockville, MD 20857
SUBJECT: D--ADP SUPPORT SERVICES
SOL 97M366446
POC Susan P. Moran, Contract Specialist, (301) 443-0705; fax
  (301) 443-8488
DESC: DHHS/PSC/AOS/ADP Acquisitions Branch intends to acquire
  expert technical assistance in the development of an integrated
  database containing data from five states and to perform secondary
  analyses of these data. These data were collected from adolescents
  involved with the criminal justice system and include self
  report information on substance abuse and dependence, need
  for treatment, and objective measures (e.g., urinalysis, breathalyser,
  blood, hair) data using an automated data collection system,
  known as SANTA, and loaded onto laptop computers. These data
  and analyses will be used as input in designing programs to
  support the Fiscal Year 1998 Youth Initiative. ADP Support
  Services include data cleaning and editing raw data files;
  merging SANTA software files and objective measures files;
  database development; finalizing an analytic plan; and, performing
  the analyses. The Government knows of only one source, the
  Center for Substance Abuse Research (CESAR) at the University
  of Maryland (UM), capable of providing the required support
  services utilizing the SANTA software required to collect the
  data being analyzed which was developed by CESAR, UM. CESAR
  was responsible for training many of the states using the software
  and for providing technical updates to all of the states using
  the SANTA software. The states only have access to the compiled
  program executable code, and do not have access to the program
  source code. The source code for the SANTA software is proprietary
  and ownership rests with the UM. The period of performance
  shall be from the effective date of the order through August
  1, 1997. If no affirmative responses are received within 16
  days, the Contracting Officer shall issue a purchase order
  to CESAR, UM. No solicitation document exists; therefore, requests
  for such documents shall be considered invalid responses. No
  award shall be made solely on the basis of any response to
  this notice. All responsible sources may submit a response
  which will be considered. Responses must be in writing and
  must refer to 97M366446, Attention: Susan Moran. Vendors must
  provide sufficient technical documentation to demonstrate the
  capability to satisfy the requirements, complete pricing information
  including all charges within 16 days from the date of this
  publication. See Numbered Note 22.
CITE: (I-354 SN013997)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 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 SERVICE FOR USAF RECRUITING OFFICE,
  LORAIN OR
SOL N/A
DUE 012497
POC Lily Block, Contract Specialist, 38 LS/LGCX, (405) 734-9297

DESC:  This is a sources sought market survey synopsis for vendors
  certified by the Ohio Public Utility Commission to provide
  local telephone exchange services.  The primary service requirement
  is local access commercial business lines, transport channel
  services, and related functions at the USAF Recruiting Office
  located at 300 Broadway, Lorain, OH 44052.  These exchange
  services do not include residential or business services for
  non-government entities co-located  with the USAF Recruiting
  Office. This USAF Recruiting Office is presently serviced
  by 3 commercial business lines with one Voice Mail and one
  Call Forward feature provided by Century Telephone Company.
   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,
  called ID 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 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 and media requirements
  for the USAF Recruiting Office  in Lorain, OH 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.htm
  under the Specialized Contracting Section, CSA Branch.  All
  questions and replies should be forwarded to the contracting
  officer 38LS/LGCX, Attn:  Ms Cindy Obermeyer, 4022 Hilltop
  Road, Suite 209, Tinker AFB, OK  73145-2713, Telephone:  (405)
  734-9297, Fax:  (405) 734-9537, or e-mail Cindy.Obermeyer@mailgate.eiw38.af.mil.
   Responses to the synopsis are due by 21 Jan 97 
CITE: (W-355 SN014243)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Operational Contracts Division, Services Branch, AFDTC/PKOV,
  205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: F--REMOVAL/DISPOSAL OF MEDICAL WASTE, EGLIN AFB FL
SOL F08651-97-B-0066
DUE 012397
POC Jennifer Farmer, Contract Specialist, 904-882-5072 ext, 5249;
  Rickey C. Dean, Contracting Officer, 904-882-4418 ext. 5266
DESC:  Correction:  Initial synopsis published on or about 19
  Nov 96 is corrected as follows.  This procurement is an open
  competition acquisition in accordance with the Small Business
  Competitiveness Demonstration Program (Far 19.1005).   All
  other information remains the same.
CITE: (W-355 SN014188)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: F--HAND TREE PLANTING
SOL R1-16-97-080Q
DUE 020497
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Joan A. McNab, 406/329-3766
DESC: The Forest Service requires hand tree planting of approximately
  320 acres on the Ninemile Ranger District, Lolo National Forest,
  Missoula County, Montana. This project will be advertised as
  a written quotation and will be solicited under the new Simplified
  Acquisition Procurement (SAP) rules. Quotes are due February
  4, 1997. Estimated start work date is April 7, 1997. The performance
  period is approximately 40 calendar days. All responsible sources
  may submit a quote which will be considered.
CITE: (I-355 SN014208)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Black Hills National Forest, RR
  2 Box 200, Custer, SD 57730
SUBJECT: F--STAND EXAM - BEARLODGE RANGER DISTRICT
SOL RFQ RMAST-97-019CC
DUE 011797
POC Contact Brenda Oster 605/673-2251, Charlotte Carter, Contracting
  Officer
DESC: Project consists of inventorying 22 locations with approximately
  1805 total units. Project has two bid items. Bid item one is
  for stand exam with 125 calendar days for contract time and
  bid item two is for stand exam and old growth scorecards for
  138 calendar days for contract time. Only one bid item will
  be awarded. Located on the Bearlodge Ranger District, Crook
  County, Wyoming, Black Hills National Forest. See Numbered
  Note No.1.
CITE: (I-355 SN014213)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: National Council on Disability, 1331 F Street, NW., Suite
  1050, Washington, DC 20004-1107
SUBJECT: H--DEVELOP AND COORDINATE A STUDY ON MONITORING THE
  IMPLEMENTATION OF THE AMERICANS WITH DISABILITIES ACT, THE
  FAIR HOUSING ACT, THE AIR CARRIERS ACCESS ACT, AND THE INDIVIDUALS
  WITH DISABILITIES EDUCATION ACT (PART B)
SOL AD4
DUE 032197
POC Janice Mack, (202) 272-2004, TT (202) 272-2074.
DESC: The National Council on Disability is seeking an independent
  contractor to develop and coordinate a study on the implementation
  of the Americans with Disabilities Act, the Fair Housing Act,
  the Air Carriers Access Act, and the Individuals with Disabilities
  Education Act (Part B). The study would evaluate the effectiveness
  of enforcement, compliance and public information efforts by
  relevant government agencies, and make recommendations accordingly.
  Such a plan should project a nineteen (19) month implementation
  work schedule. All responsible sources may submit a proposal
  which shall be considered by the agency. The approximate release
  and closing dates are 21 February 97 and 21   March 97, respectively.
  The estimated contract period of performance is nineteen months.
  Requests for copies of the RFP may be made by mail or picked
  up on or after the issue date at the above address. All requests
  shall reference the RFP number and title of the RFP.
CITE: (M-355 SN014316)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services--Potential
  Sources Sought
OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility,
  Code 218, Wallops Island, VA 23337
SUBJECT: H--INSPECTION AND EVALUATION OF NIKHA, BLACK BRANT,
  AND OTHER SOUNDING ROCKET PYROS/MOTORS
SOL RFP5-99999-607
DUE 010997
POC Mickey M. Merritt, Contract Specialist, 757-824-1592, mickey.m.merritt.1@gsfc.nasa.gov,
  Richard M. Swanson, Contracting Officer, 757-824-1426, richard.m.swanson.1@gsfc.nasa.gov.
DESC: THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. Goddard Space Flight
  Center (GSFC), Wallops Flight Facility (WFF), is seeking qualified
  sources capable of inspecting and evaluating Nikha, Black Brant,
  and other Sounding Rocket Pyros/Motors. Primarily the inspection
  will involve the Black Brant motor from Bristol Aerospace.
  Approximately 130 tangent views and 30 full views are necessary.
  Level of inspection on these motors is 2-IT using #9 circular
  lucite IQI (Image Quality Indicator) for the body view and
  #4 rectangular lucite IQI for the slot (See MIL-STD-453C).
  Dimensional and chemical information can be obtained by the
  Rocket Motor Manual CPIA/M1 dated March 1981 (latest update
  July 1994). All interested sources are encouraged to submit
  information that supports their ability to perform and successfully
  complete the required services to NASA, Goddard Space Flight
  Center (GSFC), Wallops Flight Facility (WFF), Attn: Mickey
  M. Merritt, 757-824-1592, fax 757-824-1974, E-Mail Address:
  Mickey M. Merritt.1@gsfc.nasa.gov, within 20 days from the
  date of this publication. This sources sought synopsis is provided
  to assure inclusion of interested firms on the eventual solicitation
  documents from which a contract will be awarded. A formal synopsis
  of this procurement will be published electronically and in
  the Commerce Business Daily, pursuant to FAR 5.2. The solicitation
  and any documents related to this procurement will be available
  over the Internet - these documents will reside on the World-wide
  Web (WWW) server which may be accessed using client browsers,
  such as MOSAIC or NETSCAPE. It is the Offeror's responsibility
  to monitor this site for solicitation release. Potential offerors
  will be responsible for downloading their own copy of the solicitation.
  Electronic versions of the documents will be provided on the
  World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm,
  and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita.
CITE: (I-355 SN014329)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Post Office Box 280158, Mayport Naval Station, Jacksonville
  FL 32228-0158
SUBJECT: J--USS STEPHEN W. GROVES (FFG 29)
SOL N62670-97-Q-S001
DUE 011797
POC J. Nettuno/(904) 270-5741
DESC: A/C System Fan Coil Unit, Size 25, Type III, 151,300 BTU;
  Fan Coil Unit, Size 24, Capacity BTU 99,800, Outlets 16-3/4
  X 12, Inlets 40-9/16 X 12, Filter Size 12AF, #4, 5HP Motor;
  Fan Coil Unit, Size 21, Type III, 31,300 BTU
CITE: (I-355 SN014172)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE
  5, Tyndall AFB, FL 32403-5526
SUBJECT: J--VEHICLE FLEET MAINTENANCE
SOL F0863796R7002
DUE 011597
POC Contact TSgt Karen Ziemba, Contracting Specialist
DESC: For solicitation package, send to the attention of TSgt
  Karen Ziemba, Contract Specialist at (904) 283-8633.  Vehicle
  Maintenance and services necessary to perform the management
  and daily operations of the vehicle fleet in support of Det
  1, 823 Red Horse Squadron, Tyndall AFB, Fl.  Period of performance
  is fron 1 May 97 through 30 Sep 97 with four option years.
   See note 1.  Technically Acceptable, Low offer award criteria
  will be used the evaluation of offers. Telephone resquests
  will not be honored. Requests shall be forwarded to the attention
  of TSgt Karen Ziemba, Contract Specialist, 501 Illinois Ave.,
  Tyndall AFB, Fl  32403-5526.
LINKURL: micro#c
LINKDESC: 
CITE: (W-355 SN014192)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE
  5, Tyndall AFB, FL 32403-5526
SUBJECT: J--PEST CONTROL/TERMITE SERVICE,
SOL F0863797QX079
DUE 011597
POC TSgt Karen Ziemba, Contract Specialist, (904) 283-8633
DESC: Offeror shall provide all labor, equipment and transportation
  necessary to provide termite treatment and pest control services
  at Tyndall AFB, FL. Offeror will be required to provide termite
  inspection (Recurring Annually) on approximate 1,063 housing
  units.  Termite service shall include all trenching, drilling
  and boring to apply soil treatment. Offeror shall provide a
  five year written warranty on all units treated. Provide emergency
  pest control service. Responsible for the removal of unplanned
  or unexpected infestations, encroachments and disposal of insects,
  venomous pests, rodents, reptiles, birds, mammals (alive and/or
  dead) which may cause injury or objectionable disruption to
  the occupants, either within the homes or in the yard area.
  Respond within two hours for the removal of dead or living
  animals.  Identify, treat, and control lawn disease with approved
  chemicals and methods of application.  Identify, treat,and
  control lawn pests and lawn destroying insects. Offeror must
  have at least five (5) years of experience prior to contract
  start date. Offeror shall have a valid Florida State License
  and must be certified in the categories of general household
  pest and rodent control, termite control and lawn and ornamental
  vegetation.  All pesticides shall be registered by the Enviromental
  Protection Agency (EPA) and labled for use against termites.
   Pesticides shall comply with all provisions of Title 40 Code
  Federal Regulations, Part 165: accepted pest control industry
  practices; all Federal, State and Local laws and regulations
  governing the performance of pest control work and the use
  of pesticides. Petroleum based pesticides whall not be permitted.
  Pest control applicator personnel shall be state certified.
  Period of performance is from date of award through 30 September
  with four one year options. See note 1. Requests shall be forwarded
  to TSgt Karen Ziemba, Contract Specialist at 325th Contracting
  Squadron, 501 Illinois Ave, Suite 5, Tyndall AFB FL 32403-5526.
  Telephone requests will not be honored.
LINKURL: micro#c
LINKDESC: 
CITE: (W-355 SN014199)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: J--MAINTENANCE & OVERHAUL OF THE OH-58 BLADE, ROTARY,
  RUDDER, NSN: 1615-01-358-3193, P/N: 406-016-100-115, 39 EACH
  MINIMUM/171 EACH MAXIMUM 5 YEAR REQUIREMENT
SOL DAAJ09-97-R-0207
DUE 013197
POC Judy Kibler, Buyer, AMSAT-A-PNBC, 314-263-0619 or Ron Kuschel,
  Contracting Officer, 314-263-0620
DESC: The proposed procurement is a 5 year min/max requirement
  for repair and overhaul of the OH-58D Tail Rotor Blade. The
  sole source is Bell Helicopter. See Numbered Note(s): 22.
CITE: (W-355 SN014257)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX
  2946, PORTLAND OR 97208-2946
SUBJECT: J--ELEVATOR MAINTENANCE - JOHN DAY DAM AND THE DALLES
  DAM
SOL DACW57-97-B-0003
DUE 021897
POC Contract Specialist MARTINA HARWOOD (503) 326-5816 (Site
  Code DACW57)
DESC: Elevator maintenance for Base Year and four Option years
  at the John Day Dam (8 each) and The Dalles Dam (5 each). Bidders
  must have a satisfacory performance and saftey record. Call
  back service for four hours. Monthly, quarterly and annnual
  maintennce checks are required. Contractor to provide all labor,
  supplies, parts and materials. For additional technical information
  call Donna Henkel at (541)298-3512. This procurement is 100%
  set aside for small business, the size standard for which is
  a concer, total annual sales not to exceed $5,000,000. Please
  indicate business size when responding. Invitation for bid
  DACW57-97-B-0003 will be available on or about 20 January 1997.
  Tentative bid opening date is 25 February 1997. All responsible
  sources may submit a bid which will be considered by the
CITE: (I-355 SN014273)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000
SUBJECT: J--MAINTAIN AND REPAIR ELEVATORS
SOL DABT23-97-B-0029
DUE 020797
POC Contract Specialist Nelson Kerr (502) 624-4947 FAX (502)
  624-5869 (Site Code DABT23)
DESC: Contractor shall provide maintenance and repair services
  for 15 elevators located at Fort Knox, Kentucky during the
  period 1 March 1997 through 28 February 1998 with four one-year
  option periods. Elevators were manufactured by various companies
  and ae a combination of passenger and service. The Elevators
  range in travel between three to ten floors and are located
  at various locations on the Fort Knox Installation. Only written
  solicitation requests are acceptable. See Note 1.
CITE: (I-355 SN014282)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: J--OPERATION,MAINTENANCE AND REPAIR OF UNDERWATER VEHICLES(CABLE
  REPAIR AND LAYING)
SOL N00189-97-R-0015
DUE 021597
POC Ms. Elizabeth Adams, (757) 445-4339, fax (757) 445-1761
DESC:  The Fleet and Industrial Supply Center Norfolk, Acquisition
  Group, Hampton Roads Detachment, Norfolk, Virginia is soliciting
  proposals on a full and open competition basis for services
  to operate, maintain and repair four each Military Sealift
  Command underwater vehicles.  The underwater vehicles consist
  of a sea plow, sea tractor, and two remote controlled vehicles
  which are used to repair, maintain and bury submarine cable
  systems.  Services are for a base year with the option to procure
  services for four additional one-year option periods.  Anticipated
  start date for the contract is 01 June 1997.  A site visit
  and pre-proposal conference will be held, date and time to
  be specified in the solicitation.  To receive a copy of the
  solicitation, submit a request citing the solicitation number
  to the attention of the bid clerk, facsimile no. (757) 445-1761.
   Offerors are encouraged to download the solicitation which
  will be available for review approximately 13 January 1997
  from the Hampton Roads Detachment 24 hour operation automated
  electronic bulletin board system (BBS) at (757) 445-9130 or
  445-1299 using N.8.1 at 9600 baud.  Specific questions concerning
  utilization of the BBS should be directed to the sysop at (757)
  445-4516.  
LINKURL: N/A
LINKDESC: 
EMAILADD: hrdet9@mindspring.com
EMAILDESC: 
  Division--Internet service provided by Mindspring
CITE: (W-355 SN014298)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: General Services Administration, (4FQP), 401 West Peachtree
  Street, Suite 2600, Atlanta, GA 30365-2550
SUBJECT: J--MAINTENANCE, OVERHAUL, DETAILING, AND REPAIR OF GOVERNMENT
  OWNED VEHICLES, FT. BRAGG, NC
SOL AT/TC 20251
POC Caroline F. Flowers, Contract Specialist, (404) 331-6136
  or FAX (404) 331-2073.
DESC: Preventive maintenance, overhaul and repair of Government-owned
  vehicles at Fort Bragg, North Carolina for the period of February
  1, 1997 or date of award, whichever is later through January
  31, 1998 with four (4) possible 12-month optional years. All
  small businesses may submit an offer, which shall be considered
  by this agency. See Numbered Note 1.
CITE: (M-355 SN014320)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: J--MAINTENANCE AND OVERHAUL OF CONTROL MODULE ASSEMBLY
SOL DAAJ09-96-R-0615
DUE 022897
POC Mary Lou Stamme, Contracting Officer, AMSAT-A-PNBA, (314)
  263-0630.
DESC: ATCOM proposes to acquire the maintenance and overhaul
  of the Control Module Assembly, Input NSN: 1680-01-258-7001,
  P/N: 6110-201; 1680-01-206-1273, P/N: 6110-200 and Output NSN:
  1680-01-258-7001, P/N: 6110-201, applicable to the AH-64 aircraft.
  Min. Qty: 23 each/Max. Qty: 115 each and 5 each for Foreign
  Military Sales (FMS) requirement. The technical data, knowledge,
  expertise and test equipment exist only at Cox and Company,
  Inc., New York, NY. See Numbered Note(s): 22.
CITE: (I-355 SN014335)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: J--REPAIR AND MAINTENANCE SERVICES
SOL N00140-97-R-0884
POC Matthew Sweeney, Contract Negotiator, (215)697-9672.
DESC: FISC Norfolk Detachment Philadelphia intends to competitively
  procure Maintenance and Repair Services for Food Service Equipment
  for the enlisted dining facility at the Naval Submarine Base
  New London, CT. This program shall involve all related maintenance
  and repair services for the Food Equipment at the abovementioned
  facility. The contractor will also be required to provide Emergency
  services at the galley in excess of the normal service schedule.
  This emergency service will be at the discretion of the Food
  Service Officer. A Firm Fixed Price contract is contemplated.
  This procurement is being processed on a 100% Small Business
  Set Aside basis. All responsible sources may request a copy
  of the solicitation which will be considered by FISC Norfolk
  Det Philadelphia. Requests for a copy of the solicitation should
  be directed to FISC Code 0343A ( fax 215-697-9738). The Government
  will not pay for any information received. Matthew Sweene (215)
  697-9672. SYN 067.
CITE: (I-355 SN014368)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Materiel Systems Contracting Division, 4375 Chidlaw Road
  Rm C022, Wright-Patterson AFB OH 45433-5006
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; CONTRACTING OFFICER:  Hugh
  P. Young  (405)734-9399
DESC: This is a sources sought synopsis by the 38 LS/LGCVO, Contracting
  Flight, for nonpersonal services for operation, maintenance,
  and recurring support services of the base telephone system
  at Niagara Falls AFS NY.  The proposed requirement is for one
  year with four option years.  The system consists of a MSL100
   Switching System equipped with 1205 lines & wired for 2048
  lines with BCS-33 software; main distribution frame; inside
  cable plant; outside cable plant; ancillary equipment; and
  customer premise equipment. There are both commercial and Defense
  Switched Network (DSN) trunks, access to FTS2000, hot lines,
  data circuits, radio circuits, key systems, and crash nets.
  Competition is open to foreign and domestic sources.  All responsible
  sources interested in providing services for this requirement
  are requested to provide a written summary of information concerning
  their technical certifications, capabilities, experience (current
  services or contracts - to include points of contact & telephone
  numbers) and corporate background. Sources responding to this
  synopsis must indicate, in writing, whether they are large
  or small, disadvantaged or a women-owned business.  For this
  acquisition, a concern will be considered small under SIC 7378
  with a size standard of $18,000,000.00. Responses should be
  limited to 25 pages or less.  All responses and questions should
  be forwarded to the attention of the contracting officer: Hugh
  P. Young, 38LS/LGCVO, 4022 Hilltop Rd, Ste 101, Tinker AFB,
  OK 73145-2713; telephone 405-734-9399, telefax 405-734-9220/9537.
  The cut-off for receipt of summaries is 30 calendar days from
  the date of publication of this notice.  Only those companies
  which provide all required information will be solicited or
  considered for competitive proposals or evaluation and selection.*****

CITE: (W-355 SN014246)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: K--INTERGRATION EFFORT FOR THE 11TH BRIGADE JUMP TOC
  COMMUNICATION SHELTER
SOL DAAH01-96-D-0023
DUE 121996
POC Gwen Dailey-Jones, contract specialist, 2-7690, contracting
  officer Peggy Jackson, 2-7682.
DESC: The contractor shall integrate equipment into the communication
  shelter for the Jump TOC. The contractor shall provide in-plant
  tests for the equipment to ensure correct operation of individual
  parts.
CITE: (I-355 SN014205)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: K--MODERNIZATION OF AN/WLR-9 ACOUSTIC INTERCEPT RECEIVER
SOL N66604-97-R-1380
POC Contact Carol Gorman, Contracting Officer at (401) 841-2442
  X203. .  Fax number (401) 841-4820.
DESC: The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT)
  intends to solicit under a 100% small business set-aside for
  engineering and technical services for modernization of the
  AN/WLR-9 acoustic intercept receiver.  For the set-aside, the
  Standard Industrial Code  is 8711 and the size standard is
  $20M. We anticipate award of a five-year Indefinite Delivery
  (Indefinite Quantity) contract with cost-plus-fixed-fee provisions.
   Tasks include obsolete architecture option investigations,
  system enhan cement studies, advanced development and prototype
  construction for the AN/WLR-9 system enhancements, and AN-WLR-9
  engineering change support.  The total estimated level of effort
  is 54,000 manhours (MH) as follows: program manager, 9000 MH;
  systems engineer, 9000 MH; design engineer, 9000 MH; computer
  engineer, 18,000 MH; electronics technician, 3000 MH; field
  electronics technician, 3000 MH; word processor, 3000 MH. 
  Award will be made on the basis of best value for the Government.
   Evaluation factors: pa st performance, technical approach,
  personnel, management approach, facilities, cost.  This is
  not a follow-on contract.  The Government will make a single
  award because of the continuing and interrelating nature of
  the work.  We anticipate releasing the solicitation in February
  1997. After solicitation, all responsible sources may submit
  a proposal which shall be considered by the agency.  See Note
  #1.   FAX No. (401) 841-4820.
LINKURL: http://www.npt.nuwc.navy.mil/contract/
LINKDESC: 
EMAILADD: GORMAN@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-355 SN014270)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: L--CETS
SOL N00140-97-R-0920
POC Donna Winski, Contract Negotiator, (215)697-9622.
DESC: The Fleet and Industrial Supply Center (FISC) Norfolk Det
  Philadelphia intends to acquire non-personal Contractor Engineering
  and Technical Services (CETS) by qualified Field Service personnel
  for the purpose of informing, instructing and training Department
  of Navy personnel in the installation, operation and maintenance
  of the H-53 aircraft, Communications/Navigation/ Identification
  billet. The proposed procurement consists of one (1) task:
  32266. The basic contract period for these tasks is 3 February
  1997 through 30 September 1997. The tasks will also contain
  two (2) twelve man month option years and one (1) option period
  from 01 Oct 99 through 31 Jan 2000. The period of performance,
  inclusive of options, will total 36 man months. This contract
  covers the Government's minimum needs. The solicitation will
  contain specifications for Contractor Field Service Representatives
  as appropriate. The place of performance for the task will
  be MCAS Tustin, CA. The applicable Standard Industrial Classification
  Number is 8711. All responsible sources may submit a proposal
  which shall be considered by the Fleet and Industrial Supply
  Center (FISC) Norfolk Det Philadelphia. The solicitation will
  require the submission of cost/price and technical proposals.
  Requests for solicitations should be made by letter or telegram
  directed to FISC Det Phila., Code 0343C, Fax (215) 697-9738.
  Donna M.Winski (215) 697-9622. SYN 063.
CITE: (I-354 SN013996)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKWA,
  2420 Vela Way, Suite 1467-A8, Los Angeles AFB, CA 90245-4659
SUBJECT: L--SUPPORT AND SERVICES FOR THE DEFENSE METEOROLOGICAL
  SATELLITE PROGRAM (DMSP) SATELLITE AND THE POLAR-ORBITING OPERATIONAL
  RONMENTAL SATELLITE (POES)
SOL F04701-96-R-0019
POC Contract Negotiator, Capt Ed Keller, (310) 336-4545; Contracting
  Officer, Capt Mario J. Troncoso, (310) 336-4335.
DESC: The Defense Meteorological Satellite Program (DMSP) Systems
  Program Office (SPO) intends to acquire support and services
  for up to six Block 5D satellites and up to five satellites
  for the Polar-orbiting Operational Environmental Satellite
  (POES) (formerly known as TIROS). A Cost-Plus-Award-Fee type
  contract is anticipated with a basic period and five options
  beginning 1 July 97 and ending 30 Jun 02. A Request For Proposal
  is anticipated to be released during the January 1997 timeframe,
  to the incumbent contractor Lockheed Martin Missiles and Space
  (LMMS), Princeton N.J. LMMS is considered the only qualified
  source because of their unique and specialized qualifications,
  limited Government procured design information to maintain
  the current systems and adequate reprocurement data. LMMS is
  the original designer and manufacturer of the Block 5D and
  POES spacecrafts and support equipment and/or systems. LMMS
  has continuously supported DMSP and POES spacecrafts for 31
  years and 36 years, respectively. There will be three phases
  during these periods. The first phase is a transition phase
  that overlaps the LMMS DMSP Block 5D production contract that
  ends in June 1998. The second phase starts with the transfer
  of assets from the Block 5D production contract to the support
  and services contractor. The third phase is the transition
  to a future follow-on support & services contract. The support
  and services contractor will require clean room facilities
  to store, work, and test the above spacecraft and associated
  equipment. The support and services contractor must demonstrate
  the capability to perform environmental testing (Thermal Vacuum,
  Electromagnetic compatibility, and Acoustics) in support of
  modifications or retrofit for the DMSP and POES satellites.
  They must demonstrate a personnel and facilities capability
  to properly handle secret material and crypto-equipment. The
  effort will require maintenance, repair, updates and configuration
  control of the following Government Owned Equipment on a non-interference
  basis with the current production contract: Special Test Equipment
  (STE) located at Lockheed Martin Missiles and Space, Princeton
  NJ and/or Sunnyvale CA and at Vandenberg AFB, CA. The required
  effort will require maintenance, repair, updates and configuration
  control of the following Government Owned Equipment on a non-interference
  basis with the current production contract: Software Test Facility
  (STF) located at Lockheed Martin Missiles and Space, Princeton
  NJ and/or Sunnyvale CA, the Advanced Flight Vehicle Simulator
  Facility (AFVSF) located at Lockheed Martin Missiles and Space,
  Princeton NJ and/or Sunnyvale CA and Vandenberg AFB, Offutt
  AFB and in Suitland MD. The support and services contractor
  will be responsible for operating the Payload Test and Integration
  Facility (PITF), a Government Owned Contractor Operated (GOCO)
  located at Vandenberg AFB, CA. The required effort will include
  the maintenance, repair, updates and configuration control
  of the Government Owned Test Equipment necessary to support
  Launch processing. The support and services contractor will
  be required to provide the following Factory and Field Support
  and Services (Support the program at the current contractor
  facilities currently in Princeton NJ and at multiple Air Force
  installations): (1) Support on- orbit payload evaluation and
  testing, (2) Perform engineering analysis, (3) Develop and
  upgrade documentation, (4) Analyze data generated during system
  tests and determine discrepancies and document test results,
  (5)Perform engineering services and related effort to reduce
  risk of failures of on- orbit spacecraft, (6) Perform investigations
  and analyses to resolve operational spacecraft anomalies, (7)Recommend
  corrective actions required to ensure the safety of the on-orbit
  satellites and perform upgrades on said satellites, (8) Support
  early-orbit operations at Offutt AFB, for Block 5D satellites
  and Suitland MD for Block 5D and POES satellites to ensure
  initial health of operational assets, (9) Provide weekly selected
  sensor telemetry products for operational satellites, (10)
  Maintain and sustain an adequate level of flight qualified
  age sensitive parts for stored flight-ready spacecraft with
  special emphasis on Apogee Kick Motor (AKM) support, battery
  fabrication, assembly and test, and pyrotechnic devices, (11)
  Maintain a database management system for spacecraft telemetry
  parameters at multiple Air Force sites and two contractor sites,
  (12) Support the DMSP satellite vehicle simulation facilities
  at Lockheed Martin Missiles and Space currently in Princeton
  NJ and the Payload Integration and Test Facility, Vandenberg
  AFB, Offutt AFB and in Suitland MD, and, (13) Retrofit missions
  sensors onto satellites, retrofit the spacecraft to the new
  DMSP and/or POES launch vehicle and perform an adequate level
  of storage tests on spacecraft. The required effort will include
  the following Engineering Support for All Pre-Launch Activities:
  (1) Provide technical support to the 6th Satellite Operations
  Squadron (6SOPS), Offutt AFB, NE, the DMSP System Program Office
  (SPO), the POES Program Office, NASA, the Test Wing at Vandenberg
  AFB, and the Suitland Ground Station, (2) Maintain and upgrade
  the Payload Integration and Test Facility, Vandenberg AFB,
  CA to ensure readiness of launch activities, (3) Prepare and
  maintain a Detailed Test Plan for each flight configuration,
  (4) Support spacecraft storage and testing for all DMSP and
  POES spacecraft, (5) Conduct payload processing and booster
  integration for launch processing providing a 90 day launch
  call capability (DMSP only),and (6) Comply with all relevant
  safety and environmental regulations applicable at the launch
  site. The required effort will include the following Engineering
  and Management Support: (1) Management and supervisory support
  of contractor field personnel and engineering consultants,
  (2) Review Change Notices, Engineering Change Proposals and
  Specification Change Notices prepared by associated contractors
  to assess their technical, cost, and schedule impacts to DMSP
  and POES component elements. The required effort will encompass
  the following Flight Software Support: (1) Perform anomaly
  analysis and update and modify the flight software as necessary
  to resolve the anomalies, (2) Perform the evaluation, analysis,
  interface review and verification of flight software to certify
  the integration and launch decision for each DMSP and POES
  satellite, (3) Perform ongoing configuration management of
  flight software for all DMSP and POES flights, and, (4) Support
  the Independent Verification and Validation (IV&V) contractor
  for DMSP Flight Software. The required effort will include
  the following System Engineering Support: (1) Perform engineering
  support as directed by the DMSP Systems Program Office (SPO)
  Contracting Officer to enhance operational performance and
  to maximize flight reliability, (2) Perform engineering support
  and life tests on new technologies that can be implemented
  into the DMSP and POES spacecraft,(3) Support out-of-flow integration
  activities during ongoing spacecraft production. The contractor
  must meet the following engineering requirements: (1) In-depth
  knowledge of the DMSP and POES data handling systems, the data
  storage systems, the scanning systems and the command processing
  systems, (2) Ability to maintain, troubleshoot, repair, and
  retest AGE and STE associated with spacecraft testing and pre-
  launch operations, (3) Provide a supply depot repair/test facility
  to support repairs, tests, and system anomaly analysis, (4)
  In-depth knowledge of the interfaces between the DMSP spacecraft,
  the primary Operation Linescan Sensor (OLS) and secondary mission
  sensors as well as all sensors for the POES spacecraft, (5)
  Ability to develop and maintain all spacecraft System Analysis
  Reports and Interface Control Documents with both existing
  and new DMSP and POES associated contractors, (6) In-depth
  knowledge of the DMSP and POES satellites and its command and
  telemetry system, (7) In-depth knowledge and understanding
  of DMSP and POES operations including command, control and
  telemetry processing, (8) Knowledge of emergency spacecraft
  anomaly analysis and safety procedures in order to develop
  satellite contingency and emergency operational commanding
  procedures, (9) Capability to evaluate current technology and
  meteorological applications, (10) Ability to offer specific
  product improvement recommendations to DMSP for the exploitation
  of new technologies for the DMSP and POES satellites, (11)
  Capability to perform telemetry data trend analysis sufficient
  to anticipate failures and/or anomalous performance, (12) Ability
  to integrate knowledge and experience relative to the Vandenberg
  Payload Test Facility and the Air Force Satellite Control Network
  as they relate to DMSP and POES, (13) Knowledge of spacecraft
  storage procedures and testing, (14) Knowledge of early orbit
  operations for satellites, (15) Knowledge of current DMSP and
  POES ground system equipment including communications interfaces,
  data multiplexing, decommutation, reformatting, switching,
  data processing and upgrades, (16) Knowledge in performing
  on-going configuration management of flight software for all
  flights, (17) Knowledge of command and telemetry encryption
  and authentication, (18) Capability in computer hardware and
  software design and evaluation/analysis of both analog and
  digital systems and circuitry, (19) In-depth experience in
  satellite ground systems engineering, systems fault isolation,
  and development of operational work-arounds, (20)Experience
  in satellite command, control and telemetry software maintenance
  and testing of software modifications, (21) Experience in hardware
  and software configuration management and maintenance of system
  hardware and software documentation in accordance with applicable
  contract standards, (22) Experience in software systems analysis,
  software troubleshooting, software modification to correct
  system deficiencies and integration of software enhancements
  developed by third parties, (23) Experience in the administration
  of services related contracts, (24) Ability to employ the required
  expertise in the evaluation of proposed spacecraft/ground system
  changes and render timely recommendations, (25) Experience
  in the performance of cost-effectiveness analysis regarding
  all aspects of DMSP and POES requirements, (26) Capability
  to develop contractual technical standards and requirements
  for DMSP and POES satellites, (27) Ability to conduct interface
  working groups, design reviews and audits, (28) Capability
  to update spacecraft documentation including numerous launch
  procedures, field manuals, and drawings and associated listings
  using a compliant configuration control system, and (29) Knowledge
  of age sensitive hardware required in the DMSP and POES programs.
  Contractor personnel are to be fully qualified at contract
  award date. Questions regarding this acquisition should be
  directed to the PCO, Capt Mario J. Troncoso., (310)336-4335.
  This synopsis is for information and planning purposes and
  does not constitute an IFB or RFP. When requested, all responsible
  sources may submit a proposal which shall be considered by
  the agency. See Note 22.
CITE: (I-354 SN014009)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: U.S. Agency for International Development, USAID/Mission
  to Ukraine, American Embassy Kiev, Washington, D.C. 20521-5080
SUBJECT: L--COOPERATIVE AGREEMENT FOR IMPLEMENTATION OF A MACROECONOMIC
  POLICY PROGRAM IN UKRAINE
SOL USAID/KIEV RFA 97-01
DUE 020397
POC Contact Elinor B. Bachrach, Project Officer, USAID/Kiev,
  Tel: 380-44- 462-5678; Fax 380-44-462-5834 or Roy Pluckett,
  Agreement Officer, USAID/Washington, Tel: 703-875-1907; Fax:
  703-875-1243.
DESC: The United States Agency for International Development
  (USAID) is seeking applications from a U.S. institution (or
  consortium of institutions led by a U.S. institution) for the
  purposes of (1) assisting the Government of Ukraine (GOU) to
  improve its macroeconomic policy formulation and implementation
  by providing policy advice and (2) extending policy support
  to new and ongoing reform efforts of USAID and other U.S. Government
  and international donor organizations involved with macroeconomic
  policy issues and programs in Ukraine. USAID reserves the right
  to fund, in whole or in part, any or none of the applications
  submitted in response to this announcement. Applications will
  be evaluated and the selection based on the application that
  is most advantageous to the Government, considering technical
  and cost factors stated in the evaluation criteria of the Request
  for Applications (RFA). Further instructions regarding technical
  and cost proposal will be in the RFA. The RFA, once issued,
  can be downloaded from the Agency Gopher. The Gopher is GOPHER.INFO.USAID.GOV.
  Select USAID Procurement and Business Opportunities from the
  Gopher menu. The RFA text can be downloaded by the Anonymous
  Files Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV.
  Logon on using the user identification of anonymous and the
  password is your E-mail address. Look under the following directory
  for the RFA: pub/OP/RFA/1219701/1219701.rfa. Receipt of the
  amendment through INTERNET must be confirmed by written notification
  to the contact person noted above. It is the responsibility
  of the recipient of this amendment to ensure that it has been
  received from INTERNET in its entirety and USAID bears no responsibility
  for data error resulting from transmission or conversion processes.
CITE: (I-355 SN014219)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box
  21747, 709 W.  9th Street, Room 817, Juneau, Alaska 99802-1747
SUBJECT: L--GUY WIRE TENSIONING & MEMBER REPLACEMENT AT USCG
  LORAN STATION TOK, ALASKA
SOL DTCG87-97-B-643025
DUE 010997
POC R. B. Wade, Contracting Officer, (907)463-2418
DESC: DTCG87-97-B-643025 - Wire Tensioning & Memaber Replacement
  at USCG LORAN Station Tok, Alaska.  DTCG87-97-B-643025 due
  01/09/97 POC Rebecca Wade, Contracting Officer (907) 463-2418.
  Provide all equipment, materials, transportation, incidentals
  and perform labor for wire tensioning and member replacement
  at USCG LORAN Station Tok, Alaska.  Work includes, but is not
  limited to providing all labor necessary for measuring and
  adjusting guy tensions on four (4) 700-foot towers.  Toital
  number of guys to measure/adjust is 116.  Measuring and adjusting
  alignment of these same towers.  Alignment is measured/adjusted
  at eight levels on each tower. Removal and replacement of six
  (6) diagonal tower members and three (3) horizontal membrs.
   All member replacements are on the same tower. Contractor
  will be responsible for fabrication of temporary horizontal
  and diagonal members as detailed in the contract drawings.
   Prepare and paint the top eighty-four (84) feet of one tower
  with brush-applied cold galvanizing compound.  Towers are not
  eneregized.  All work must be completed prior to 1 October
  1997.  The contractor will be required to furnish, at its own
  expense, proof of $3,000,000 insurance prior to commencement
  of work at the site.  The work required by this solicitation
  is identified as standard subject identification code is 7699
  and the average annual sales for the previous 3 years is $3.5
  million.  All responsible sources may submit a bid which shall
  be considered by he U. S. Coast Guard.  Requests for bid documents
  must be submitted and received by his office no later than
  1997. Quotations must be submitted to this office no later
  than 09 January 1997. This Notice is for informational purposes
  for Minority, Women-Owned and Disadvantaged Business Enterprises:
   The Department of Transportation (DOT), Office of Small and
  Disadvantaged Business Utilization (OSDBU), has a program to
  assist minority, women-owned and disadvantaged business enterprises
  to acquire short-term working capital assistance for transportation-related
  contracts.  Loans are available under the DOT Short Term Lending
  Program (STLP) at prime interest rates to provide accounts
  receivable financing.  The maximum line of credit is $500,000.
   For further information and applicable forms concerning the
  STLP, call the OSDBU at (800) 532-1169.  For information concerning
  the acquisition, contact the contracting official listed above.
  Interested parties can obtain a bid package by contacting Commanding
  Officer (ko), Civil Engineering Unit, P. O. Box 21747, Juneau,
  Alaska 99802-1747. There are no charges for this bid pacage.
   R. Wade (907) 463-2418.  R. Wade/CEUJuneau@internet.uscg.mil
   Civil Engineering Unit
CITE: (D-355 SN014377)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box
  21747, 709 W.  9th Street, Room 817, Juneau, Alaska 99802-1747
SUBJECT: L--11,00 HOUR TOP-END OVERHAUL ON ONE CATERPILLAR D3512
  DIESEL  GENERATOR AT USCG LORAN STATION PORT CLARENCE, NOME,
  ALASKA
SOL DTCG87-97-P-643021
DUE 011397
POC L. S. Fermin, Procurement Assistant, (907)463-2413
DESC: DTCG87-97-P-643021 - 11,000 Hour Top-End Overhaul/Caterpillar
   Generator, USCG Loran Station Port Clarence, Nome, Alaska
  Request for  Quotations DTCG87-97-Q-643021 due 01/13/97 POC
  Loni Fermin, Procurement  Assistant, (907) 463-2413. Provide
  all equipment, common and special tools,  travel and incidentals
  necessary to perform factory recommended 11,000 hour  service,
  inspection and rebuild procedures on (1) Coast Guard owned
   Caterpillar model 3512, serial number 67Z01067 generator located
  at USCG  Loran Station Port Clarence. Work includes, but is
  not limited to providing  all labor necessary for the inspection
  and rebuild procedures, including  parts/materials as outlined
  in the Caterpillar recommended 11,000 hour  service and rebuild
  procedures listed in Caterpillar Publication SEBU6103-4  dated
  4/1/94, SEBU6701-01 dated 11/1/93. Upon completion of 11,000
  hour  overhaul the Contractor shall test run the engine generator
  under full load  for four (4) hours and verify factory operating
  specifications.  The  Contractor is responsible for his own
  transportation and that of his  equipment to and from LORAN
  Station Port Clarence.  Work must be performed by  a master
  factory trained mechanics for work on 3512 generator.  Work
  shall be  accomplished in a professional manner and in strict
  adherence to current  Caterpillar company recommended requirements
  and procedures and complete all  work within 45 days of award
  of Purchase Order.  All parts used shall be  genuine Caterpillar
  Tractor Co. parts meeting all manufacturer original  equipment
  specifications.  The standard subject identification code is
  7699  and the average sales for the previous 3 years is $3.5
  million.  Request for  Quotation to be issued 03 January 1997.
   Quotations must be submitted to this  office no later than
  13 January 1997.  This Notice is for informational  purposes
  for Minority, Women-Owned and Disadvantaged Business Enterprises:
    The Department of Transportation (DOT), Office of Small and
  Disadvantaged  Business Utilization (OSDBU), has a program
  to assist minority, women-owned  and disadvantaged business
  enterprises to acquire short-term working capital  assistance
  for transportation-related contracts.  Loans are available
  under  the DOT Short Term Lending Program (STLP) at prime interest
  rates to provide  accounts receivable financing.  The maximum
  line of credit is $500,000.  For  further information and applicable
  forms concerning the STLP, call the OSDBU  at (800) 532-1169.
   For information concerning the acquisition, contact the  contracting
  official listed above.  There is no charge for these documents.
   All responsible sources may submit a Quotation which shall
  be considered.   Quotations may be submitted via facsimile
  (907) 463-2416.    L.Fermin/CEUJuneau@internet.uscg.mil  Civil
  Engineering Unit
CITE: (D-355 SN014378)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: USAFE Contracting Squadron/LGC, Unit 3115, APO AE 09094-3115
SUBJECT: M--COST COMPARISON FOR OPERATION OF DINING FACILITIES
  IN GERMANY
SOL F61521-97R3017
DUE 050297
POC Marietta Kirchen, Contract Specialist, 01149-631-3539-109;
  Gary P. Newton, Contracting Officer, 01149-631-3539-109
DESC:  United States Air Forces in Europe (USAFE) Contracting
  Squadron/LGCVB is in the process of performing a cost comparison
  study to determine the feasibility to convert the Rheinland
  Inn Dining Facility at Ramstein Air Base/Germany and Mosel
  Inn Dining Facility at Spangdahlem Air Base/Germany to a contractor
  operated function.  The USAFE CONS will be using modified OMB
  Circular A-76 procedures as it applies to procurement outside
  the continental United States.  The solicitation will not result
  in a contract if government performance is determined to be
  more advantageous.  The contractor tasks will include, but
  are not limited to serving and replenishing food, cleaning
  facilities, equipment and utensils, performing cashier services,
  handling foods, supplies and equipment, bussing tables in the
  dining area, and minor repairs of food service equipment to
  include manufacturer suggested servicing.  The contractor does
  not apply heat to food.  However, a contingency will be built
  in to this requirement that may require the contractor to provide
  cooks in certain emergency situations.  The successful commercial
  firm shall be required to provide all personnel, supervision,
  management, and labor to operate the dining facilities.  Requested
  responses are to be in writing and will identify at a minimum
  the commercial source's name, address, phone number, and point
  of contact.  Facsimile responses will be accepted at 01149-631-3539-112.
   Responses are requested to be received by 02 May 97.
EMAILADD: kirchenm@usafe28.ramstein.af.mil
EMAILDESC: 
CITE: (W-355 SN014094)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: DOJ,US Marshals Service,BS,Procurement,CS-3,Ste 402,600
  Army Navy Dr., Arlington,VA 22202
SUBJECT: M--DISPOSAL AND PROPERTY MANAGEMENT SERVICES OF GOVERNMENT
  SEIZED AND OR FORFEITED PROPERTY IN THE WESTERN DISTRICT OF
  NORTH CAROLINA
SOL MS-97-R-0005
POC Mary E. Swain, POC, 703/416/8987.
DESC: United States Marshals Service requires disposal and property
  management services for seized and/or forfeited real property
  located in the Western District of North Carolina. Real property
  includes unimproved and improved (occupied and vacant) land,
  single/multi-family housing and some commercial buildings.
  Contract term is one year with four one year options. All requests
  must be in writing and including 4 self addressed mailing labels.
  Telephone request will not be honored.
CITE: (I-355 SN014356)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Social Security Administration, Procurement Team, MOS,
  Facilities Section, 1st Floor, 600 West Madison Street, Chicago,
  Illinois 60661-2474
SUBJECT: Q--MEDICAL CONSULTANT SERVICES
SOL RFP 97.3
DUE 020797
POC Nestor Floresca, Contract Specialist, 312-353-5048 ext. 2066,
  Reggie Poskocimas, Contracting Officer, 312-353-5048 ext. 2065
DESC: The Social Security Administration is soliciting medical
  doctors to review disability claim cases part-time under contract
  in the Chicago metropolitan area.  The following specialties
  are sought:  Internal Medicine; Physical Medicine and Rehab;
  Cardiology; and Orthopedics.  No contact with patients.  Unrestricted
  license in any state required.  This solicitation is set-aside
  for small business concerns only.  Solicitation RFP 97.3 will
  be available on January 6, 1997.  Offers must be received by
  the SSA Procurement Team no later than February 7, 1997.  Requests
  for copies of the solicitation should be submitted either in
  writing or by FAX at 312-886-2900, Attn: Nestor Floresca. 
  No telephone requests will be accepted.  All qualified sources
  may submit an offer which will be accepted.   
CITE: (W-355 SN014263)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, 718 Smyth Rd., Manchester, NH 03104
SUBJECT: Q--NEUROLOGY COMPENSATION AND PENSION EXAMS
SOL 608-2-97
DUE 021497
POC Sherye Phillips, Contracting Officer
DESC: Provide examinations for Compensation and Pension for Neurology
  Services. No treatment will be involved. Will schedule for
  one hour exams. Some computer literacy is required. Contract
  term is for one base-year, and two option years, beginning
  on or about 3/1/97. Solicitations must be requested in writing.
  Requesters must furnish name, address (to include street address,
  telephone number and point of contact at their company). Solicitations
  will be available on or about 1/13/97. SIC Code for this acquisition
  is 8093. Small Business Size Standard is 3.5 million.
CITE: (I-355 SN014344)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DVA Medical Center 79 Middleville Road Northport New
  York 11768
SUBJECT: Q--FACILITY FOR LONG TERM RESIDENTIAL LIVING FOR TRAUMATIC
  BRAIN INJURY PATIENTS
SOL IFB-632-9-97
DUE 020797
POC Carol Lippis - Contracting Officer 516-261-4400 ext. 7135
DESC: VA Medical Center, Northport, New York intends on negotating
  a "Sole Source" procurement for services from Robin Hill Farms,
  Donovan Road,New Hampshire 03244. Robin HilL provides long
  term residential living environment for those individuals who
  have survived a traumatic brain injury. This facility provides
  a setting in which the adult with a brain injury can function
  at a maximum level of independence while participating in the
  daily activities of farm life. For a period of date of award
  through September 30,1997, with the option to extend services
  for one (1) year period. Solicitation available O/A January
  6,1997 upon request of written request ONLY. No phone request
  for solicitation will be accepted. Proposals are due 2:30 PM
  on February 7,1997.
CITE: (I-355 SN014354)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: Q--SPEECH THERAPIST
SOL F09650-97-Q-0248
DUE 021097
POC For copy, WR-ALC/PKOC, For additional information contact
  Allen  Parkerson/Pkos/[912]926-5202
DESC: Speech Therapist for Robins AFB Medical Facility. Fax 
  912-926-3590 The approximate issue/response date will be 13
  Jan 97. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 1,26.
CITE: (I-355 SN014398)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: Q--DEVELOPMENTAL PEDIATRICIAN
SOL F09650-97-Q-0249
DUE 021097
POC For copy, WR-ALC/PKOC, For additional information contact
  Allen  Parkerson/Pkos/[912]926-5202
DESC: Developmental Pediatrician for Robins AFB Medical Facility.
  Fax  912-926-3590 The approximate issue/response date will
  be 13 Jan 97. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 1,26.
CITE: (I-355 SN014399)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: Q--OCCUPATIONAL THERAPIST
SOL F09650-97-Q-0250
DUE 021097
POC For copy, WR-ALC/PKOC, For additional information contact
  Allen  Parkerson/Pkos/[912]926-5202
DESC: Occupational Therapist for Robins AFB Medical Facility.
  Fax  912-926-3590 The approximate issue/response date will
  be 13 Jan 97. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. See Note (s) 1,26.
CITE: (I-355 SN014400)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: R--DEVELOPMENT AND MANAGEMENT OF MILITARY FAMILY HOUSING
  AT FORT CARSON, COLORADO
SOL DACA45-96-R-0033
POC Contact Loreen Blume at 402-221-4265 (e-mail at loreen.k.blume@mro01.usace.army.mil).
  Other infor available on the Omaha District Homepage. See http://wwwcemro.mro.usace.army.mil.
DESC: The pre-proposal conference will be held on 11 and 12 February
  1997, registration begins at 8:00 a.m. and the conference begins
  at 9:00 a.m., at the Red Lion Hotel, 1775 E. Cheyenne Mountain
  Blvd., Colorado Springs, Colorado. Hotel/Motel reservations
  are the attendees responsibility. Reservations for the conference
  are required and must be received by 7 February 1997. For reservations,
  please contact Loreen Blume, (402)221-4265, or Leigh Ann Lucas,
  (402)221-4854, or telefax to (402)221-4530.
CITE: (I-354 SN013999)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: R--ENGINEERING SUPPORT SERVICES
SOL N65236-97-R-5702
POC Point of Contact - Kathy Breitkreutz, Code 1115KB,      
  (803)743-4878, Contracting Officer, Joliene L. Bowers
DESC: Support services as required by Naval Command, Control
  and Ocean       Surveillance Center, In-Service Engineering,
  East Coast Division,       Detachment Norfolk, VA.  Contractor
  to provide services and materials,       including facilities,
  in support of Telecommunications, Radio       Frequency and
  related systems/equipment.  A local facility with a       facility
  clearance of Top Secret and safeguarding level of Top Secret
        is required.  An Indefinite Delivery/Indefinite Quantity,
  Time and       Materials type contract with a base period of
  one year with two (2)       two-year options is contemplated.
   A draft solicitation will be issued       and comments/questions
  from vendors are encouraged.  A final       solicitation will
  be issued incorporating changes made as a result of       the
  comments/questions received.  Submission of Technical proposals
  is       required.  Award will be made on the basis of Price
  and Other factors.       Written request for a copy of the
  draft solicitation is desired to       Kathy P. Breitkreutz,
  Code 1115KB, at the above address or fax to       (803)743-6160.
EMAILADD: breitkrk@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-355 SN014191)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: R--MANAGEMENT, ADMINISTRATIVE, MAINTENANCE, ENGINEERING
  AND       TECHNICAL SUPPORT
SOL N65236-97-R-5703
DUE 022197
POC Point of Contact - Jan Shirey, Code 1115JS, (803)743-8118,
        Contracting Officer, Jean C. Duncan
DESC: Indefinite quantity, time & material type contract for
  services       and material to accomplish specified tasks to
  include all the       necessary management, administrative,
  maintenance, engineerin and       technical for information
  infrastructure support.  The contract will       be for a period
  of one year with four option years.  The Standard       Industrial
  Classificatin (SIC) Code is 8711 with a business size     
   standard of $2.5 million.  This procurement is a 100% small
  business       set-aside.  See Note #1.  All responsible sources
  may submit a       proposal which shall be considered.  Submit
  request for copies of       solicitation in writing to the
  above address, Attn:  Code 1115JS or       fax request to (803)743-6160.
EMAILADD: shireyj@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-355 SN014196)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: R--COMMUNICATION SUPPORT SERVICES
SOL N00244-96-D-5163
DUE 123096
POC Mr. Rosauro C. Deleon, Code D212, (619)553-4457.
DESC: The above mentioned solicitation is hereby cancelled in
  its entirety.
CITE: (I-355 SN014214)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: R--TECHNICAL SUPPORT FOR THE LONG TERM PAVEMENT PERFORMANCE
  (LTPP) PR OGRAM
SOL DTFH61-97-R-00002
DUE 030397
POC John J. Nanartowicz, Contract Specialist, HAM-30C, (202)366-4247.
DESC: The Federal Highway Administration's (FHWA) Office of Engineering
  and Highway Operations Research and Development has a requirement
  for pavement and traffic engineering technical support services
  in the support of the Long Term Pavement Performance (LTPP)
  Program. Under this effort, the technical support services
  contractor shall be required to provide all necessary facilities,
  equipment, services, supplies, materials, and personnel to
  perform technical support in a variety of LTPP Program areas
  including but not limited to the following: (1) Participate
  in the development, refinement, oversight, and assessment of
  pavement and traffic activities conducted in support of LTPP
  research, (2) Provide technical services in support of quality
  assurance activities for LTPP Materials Testing Program, (3)
  Provide technical support to the FHWA LTPP staff in the development
  of specifications for and overview of the LTPP Information
  Management System (IMS), (4) Provide procedures and specifications
  for the quality control and quality assurance checks performed
  on data in the IMS, (5) Provide technical support in the review,
  assessment and overview of existing LTPP experiments and LTPP
  regional field operations, (6) Provide technical services consisting
  of review of and development of new technical procedures, as
  well as supplying overview of pavement monitoring activities
  including quality and uniformity of field operations, (7) Provide
  technical support to the FHWA LTPP staff for general planning
  and coordination of LTPP experiments for special needs as required,
  (8) Provide general support to the FHWA LTPP Program and customers
  as required. This requirement is a Full and Open Competitive
  Requirement. Contractor teaming arrangements are anticipated
  and encouraged. The FHWA anticipates using the Oral Presentation
  technique to supplement a succinct written proposal. All responsible
  sources may submit a proposal which shall be considered by
  FHWA. To request a copy of the solicitation, please furnish
  two (2) self-addressed gummed labels to the address indicated
  above. The transmittal letter must reference the solicitation
  number and title.
CITE: (I-355 SN014222)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264A,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
SOL N00024-97-R-6405
POC Mike Shaffer, Contract Specialist (0264A), (703)602-7703
DESC: Solicitation N00024-96-R-6405 (Q) will not be available
  on 20 December 1996 as published on 11 December 1996.  Solicitation
  N00024-96-R-6405 (Q) will be available on 3 January 1997. 
  All other information in the synopsis for this solicitation
  published on 04 November 1996 remains unchanged. Questions
  concerning this procurement should be directed to Mike Shaffer
  at (703) 602-7703 x605.
CITE: (I-355 SN014249)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB,
  TX 78843-5102
SUBJECT: R--ARCHITECTS-ENGINEER SERVICES
SOL F41685-97-R0008
DUE 010397
POC Juanita Rodriguez, (210)298-5608 or Juanita Vasquez, (210)
  298-5115
DESC:  Correction.  This action originally publicized in the
  CBD dated 11/29/96  and amended on 3 Dec 96 and 10 Dec 96.
   The following replaces synopsis previously issued.  Title
  I and Title II SERVICES FOR ARCHITECT, CIVIL, MECHANICAL AND
  ELECTRICAL PROJECTS at Laughlin AFB, TX to be used under this
  contract are required.  Computer Aided Design and Drafting
   (CADD) capability and compatibility with Auto CADD Release
  13 and capability to digitize existing drawing for CADD use
  are also required.  Delivery Orders will consist of but not
  limited to:  (1) Making Technical Studies, Analysis, Surveys,
   Investigations, and Reports  (2)  Planning of Site Developments
  and Installations (3) Supervising and Inspecting Maintenance,
  Repair and  Construction Projects and (4) Performing the necessary
  supervision and coordination of all phases of A-E work.  One
  indefinite quantity contract will be  awarded.  The relative
  order of importance of the criteria to be used to evaluate
   and select the A & E firm is as follows:  (1) Specialized
  experience: Firm's specialized experience in the type work
  required, prior design projects  completed by the firm in
  the discipline under consideration, how the completed  facilities
  have functioned, if the firm's experience is compatible with
  project  requirements, must demonstrate CADD capability and
  compatibility with Auto CADD Release 13 and capability to
  digitize existing drawings for CADD use.   (2) Professional
  qualifications:  The staff's professional qualifications, the
   experience and training of key personnel on the A-E firm's
  staff, the  type and quality of projects the staff has previously
  been involved with, the  staff's creative and imaginative
  abilities, (3) professional capacity:  Firm's  professional
  capacity to accomplish the work within the required time frame,
   (4) Past Performance:  Firm's last performance in executing
  DOD and other  contracts, both government and private,  (5)
  Location:  Location of the firm in the general geographic
  area of Laughlin AFB, although all firms  responding to the
  synopsis will be considered, (6) Volume of Work:  Volume of
   Work previously awarded to the firm by DOD, small and small
  disadvantaged business firms, and firms that have not had
  prior DOD contracts.  In addition,  consideration will be
  given to the extent to which potential contractors identify
   and commit to small business and to small disadvantaged business,
  historically  black college and university, or minority institution
  performance of the contract,  whether as a joint venture,
  teaming arrangement or subcontractor  (7) Recovered Materials:
  Firm must demonstrate success in prescribing the use of recovered
  materials and achieving waste reduction and energy efficiency
   in facility design.  In addition to the above, each firm
  will indicate as selected consultants to include but not limited
  to the following design disciplines:  (A) Architectural including
  Landscape Architects, (B) Civil Engineer (General plus Airfield
  Design), (C) Structural, (D) Mechanical (Primarily HVAC and
   Plumbing), (E) Environmental (Hazardous Waste Identification
  and Design), and (F) Electrical (Building Design, Electrical
  Lighting and Underground Distribution.  Either through consultants,
  joint ventures or complete In-House Capability of the listed
  design disciplines is acceptable.  Contractor is guaranteed
  a minimum of $5,000.00 in fees.  The initial order issued
  against this contract may exceed $299,000.00.  Each order
  after the initial delivery order shall not exceed  $299,000.00.
   Fees under a particular indefinite delivery quantity contract
    may not exceed $750,000.00 for any year or option period.
   Accomplishment time for the contract is 365 days with one-year
  option period. This project is open to small and large business
  firms.  Those desiring consideration shall submit a Standard
  Form 254 and Standard Form 255 to  47th Contracting Squadron,
  Attn.:  Juanita Rodriguez, 171 Alabama Ave., Bldg 7, Laughlin
  AFB, TX 78843-5102, no later than  3 Jan 97.  This is not
  a request of proposal. 
CITE: (W-355 SN014256)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service Harpers Ferry Center Office of
  Procurement P.O. Box 50, Taylor Street Harpers Ferry, WV 25425-0050
SUBJECT: R--ICE AGE EXHIBITS
SOL 1443-RP-1100-97-008
DUE 021497
POC Annette M. Abshire, Contract Specialist (304) 535-6495
DESC: The National Park Service, Harpers Ferry Center is soliciting
  proposals for the fabrication and installation of museum exhibits
  for Ice Age National Scientific Reserve, Wisconsin.  The Contractor
  shall provide all labor, materials, facilities, and transportation
  necessary to detail, fabricate, transport and install museum
  exhibits.  Work includes:  Postaward Conference at Harpers
  Ferry center, Harpers Ferry, West Virginia; Site Visit to Ice
  Age National Scientific Reserve,, New Auburn, Wisconsin; exhib
  it drawings, fabrication of exhibit structures including cases,
  platforms and panels; electrical and mechanical, photographs,
  graphics, artifacts, three-dimensional exhibit elements, including
  interactive models; transportation of exhibits to installation
  site; and installation of exhibits.  The Government anticipates
  award of a Firm-Fixed-Price Contract.-- All requests must be
  submitted in writing, written faxed request to (304) 535-6424
  or Internet request to bertha_braithwaite@nps.gov, to Bertha
  Braithwa ite.  Envelope or facsimile requesting RFP shall be
  marked as follows:  "Request for Proposal Number 1443-RP-1100-97-008,
  Ice Age Exhibits".  Availability of the solicitation is limited
  and will be furnished on a first come first served basis until
  the supply is exhausted.  THIS SOLICITATION IS TOTALLY SET
  ASIDE FOR A SMALL BUSINESS, SIC CODE 3999, Size Standard of
  500 employees.
CITE: (I-355 SN014264)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service Harpers Ferry Center Office of
  Procurement P.O. Box 50, Taylor Street Harpers Ferry, West
  Virginia 25425-0050
SUBJECT: R--ICE AGE EXHIBITS
SOL 1443-RP-1100-97-009
DUE 021497
POC Annette Abshire, Contract Specialist (304) 535-6495
DESC: The National Park Service, Harpers Ferry Center is soliciting
  proposals for the fabrication and installation of museum exhibits
  for Ice Age National Scientific Reserve, Wisconsin.  The Contractor
  shall provide all labor, materials, and transportatioon necessary
  to detail, fabricate, transport and install museum exhibits.
   Work includes:  Postaward Conference at Harpers Ferry Center,
  Harpers Ferry, West Virginia; Site Visit to Ice Age National
  Scientific Reserve, New Auburn, Wisconsin; exhibit drawings;
  fabrication of exhibit structures, including cases, platforms
  and panels; electrical and mechanical; photographs; graphics;
  artifacts; three-dimensional exhibit elements, including interactive
  models; transportatiaon of exhibits to installation site; and
  installation of exhibits.  The Government anticipates award
  of a firm-fixed-price contract.--All requests must be submitted
  in writing, written faxed request to (304) 535-6424 or Internet
  request to bertha_braithwaite@nps.gov, to Bertha Braithwaite.
   Enveo pe or facsimile requesting RFP shall be marked as follows:
   "1443-RP-1100-97-009, Ice Age Exhibits".--Availability of
  the solicitation is limited and will be furnished on a first
  come first served basis until the supply is exhausted.  THIS
  SOLICITATION IS TOTALLY SETASIDE FOR A SMALL BUSINESS.  Sic
  Code 3999, Size Standard of 500 employees.
CITE: (I-355 SN014266)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 North Harbor Drive, San Diego, CA 92132-0212
SUBJECT: R--ENGINEERING AND TECHNICAL SERVICES
SOL N00244-96-R-5173/N00244-97-R-5054
DUE 011097
POC Contact Point:  Contract Specialist David Chesnut (619)532-3955;
  Contracting Officer, Fran Cass
DESC: This action originally published in CBD dated 17 October
  1996 is hereby cancelled.  No solicitation will be issued.
CITE: (I-355 SN014287)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Agriculture, Farm Service Agency,
  Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE
  AVENUE, SW  Washington, D.C. 20250-0567
SUBJECT: R--PACKAGING AND LOGISTICS ASSISTANCE
SOL FSA-R-0005-97DC
POC Vicki Ridgley, 202-720-9463
DESC: Solicitation No. FSA-R-0005-97DC  POC Contract Specialist
  Vicki Ridgley (202) 720-9463.  The Dept. of Agriculture, Farm
  Service Agency (FSA) intends to solicit and negotiated with
  Michigan State University under the authority of FAR 6.302.
   The solicitation will be for packaging and logistic related
  technical assistance for food commodities procured by Commodity
  Credit Corporation (CCC) under domestic and foreign food assistance
  programs, export sales programs and commodity price support
  programs.  This procurement action is authorized by 41 U.S.C.
  253(c)(1). This notice of intent is not a request for competitive
  proposals, however all proposalS received within fifteen (15)
  days 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. 

LINKURL: http://wwwaix.fsa.usda.gov/amb/amb.htm
LINKDESC: 
EMAILADD: vridgely@wdc.fsa.usda.gov
EMAILDESC: 
CITE: (W-355 SN014307)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DOJ, US Marshals Service, BSD, CS-3, Ste 402, 600 Army
  Navy Drive, Arlington,VA 22202
SUBJECT: R--TOWING, STORAGE AND MAINTENANCE OF SEIZED/FORFEITED
  VEHICLES
SOL MON-97-042
POC Nancy E. Reese, POC, (703) 416-8957.
DESC: United States Marshals Service, District of Massachusetts,
  requires towing, maintenance service and storage of seized
  and forfeited vehicles. Vehicles include automobiles, buses,
  motorcycles, motorbikes, all-terrain vehicles, trucks, trailerable
  boats, jet-skis, tractor-trailer rigs, and heavy equipment.
  All requests for RFQ (Request for Quotation) may be obtained
  by sending a fax request to (703) 603-0578.
CITE: (I-355 SN014366)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: R--NATIONAL RECREATION RESERVATION SYSTEM
SOL FS-WO-97-07
POC Carol A. Holtz, e-mail:  /s=nrrs/ou1=w01b@mhs-fswa.attmail.com
DESC: Solicitation FS-WO-97-07, National Recreation Reservation
  System, is delayed until mid-January.  Announcement  will be
  forthcoming as to the release  date.  Also note that a correction
  has  been made to the e-mail address for  Contracting Officer,
  Carol A. Holtz.   Previous messages sent to the incorrect 
  e-mail address were not delivered.  No information will be
  provided from this  e-mail address at this time.    
LINKURL: http://www.fs.fed.us/recreation/nrrs_rfp
LINKDESC: 
EMAILADD: /s=nrrs/ou1=w01b@mhs-fswa.attmail.com
EMAILDESC: 
CITE: (W-355 SN014403)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Washington Metropolitan Area Transit Authority (WMATA),
  Department of Procurement, 600 Fifth Street, N.W., Washington,
  DC 20001
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT
  SERVICES - POTENTIAL SOURCES SOUGHT
DUE 010897
POC Point of Contact - Tony Grayson, Senior Contracts Manager.
  202-962-1472 or Ralph W. Case, Contract Administrator, 202-962-2484.
DESC: The Washington Metropolitan Area Transit Authority (WMATA)
  is seeking to identify sources to help develop the requirements
  for a Request for Proposal (RFP) for a commercial-off-the-shelf
  Procurement Management System, help evaluate the proposals
  received in response to the RFP, and help manage installation
  and implementation of the system on a Local Area Network(LAN).
  The firm must have experience on similar efforts.  Key system
  attributes of the Procurement Management System may include
  requisitioning through the LAN/WAN, online routing and approval
  of procurement requests, purchase order processing, contract
  preparation and management, receiving/invoicing, supplier management
  and rotation, integration with windows 3.X/95 and WordPerfect
  desktop tools in a client/server environment, and procurement
  workload assignment and management.  The firm shall have no
  relationship with existing providers of Procurement Management
  Systems and will be excluded from competing for any resulting
  procurement of a Procurement Management System.  Interested
  firms are invited to provide detailed written information concerning
  their capabilities and experience, to the office address above,
  addressed to Tong Grayson, within 15 days of this synopsis.
   Information may be faxed to (202) 962-2038.  No telephone
  calls will be accepted.  This is not a request for competitive
  proposals, no formal solicitation exists at this time.  No
  award will be made on the basis on any response to this notice.
EMAILADD: tgrayson@wmata.com
EMAILDESC: 
CITE: (D-355 SN014203)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Washington Metropolitan Area Transit Authority (WMATA),
  Department of Procurement, 600 Fifth Street, N.W., Washington,
  DC 20001
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT
  SERVICES - POTENTIAL SOURCES SOUGHT
DUE 010897
POC Point of Contact - Tony Grayson, Senior Contracts Manager,
  202-962-1472 or Ralph W. Case, Contract Administrator, 202-962-2484.
DESC: The Washington Metropolitan Area Transit Authority (WMATA)
  is seeking to identify sources for an existing Commercial-Off-the-Shelf
  Procurement Management System.    Key system attributes should
  include requisitioning through the LAN/WAN, online routing
  and approval of procurement requests, purchase order processing,
  contract preparation and management, receiving/invoicing, supplier
  management and rotation, integration with windows 3.X/95 and
  WordPerfect desktop tools in a client/server environment, and
  procurement workload assignment and management.  Interested
  firms are invited to provide detailed written information concerning
  their system's capabilities and system clients, to the office
  address above, addressed to Tony Grayson, within 15 days of
  this synopsis.  Information may be faxed to (202) 962-2038.
   No telephone calls will be accepted.  This is not a request
  for competitive proposals, no formal RFP  exists at this time.
   No award will be made on the basis on any response to this
  notice.
EMAILADD: tgrayson@wmata.com
EMAILDESC: 
CITE: (D-355 SN014386)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Army Corps Of Engineers, Fort Worth District, P.O.
  Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX
  76102-0300
SUBJECT: S--MOWING SERVICES AT WHITNEY & AQUILLA LAKES, CLIFTON,
  TX
SOL DACW63-97-B-0015
DUE 020697
POC Natalie Allen, Contract Specialist, 817/978-4813
DESC: Contractor shall furnish all labor, equipment, materials,
  plant and tools to perform mowing services.  Solicitation will
  issue on or about 06 January 1997 with bid opening on or about
  05 February 1997.  The terms of the contract will consist of
  a one-year base period and two one-year renewal options.  The
  proposed contract listed here is a 100% small business set-aside.
   See Note 1.  All responsible sources may submit a bid which
  shall be considered by the agency.  No express mail procedures
  will be utilized on initial mailing of solicitation packages.
LINKURL: http://www.ed1.swf.usace.army.mil/contract/
LINKDESC: 
  Division
EMAILADD: natalie.allen@SWF01.usace.army.mil
EMAILDESC: 
CITE: (W-354 SN014007)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Veterans Affairs, Medical Center, 50 Irving
  Street, N.W., Washington, DC 20422
SUBJECT: S--ENERGY SAVINGS PERFORMANCE CONTRACT
SOL RFP 688-39-97
DUE 021497
POC Phyllis Jackson, Contracting Officer, (202) 745-8542
DESC: The Veterans Affairs Medical Center, Washington, DC, intends
  to procure an energy savings performance project. This project
  will provide energy conservation services to reduce energy
  and water consumption and associated utility costs. The Contractor
  shall be responsible for providing all labor, material, and
  capital to install, operate and maintain energy and water conservation
  projects, specifically the cooling tower, pumps and chiller
  projects, during the contract term. The scope of the contract
  is all facilities at this medical center, unless otherwise
  restricted. The term of the contract is limited to 25 years
  and is authorized by Public Law 99-272, Title VIII. Payment
  for services will be made from resulting energy cost savings.
  The solicitation shall be issued approximately 15 days after
  publication of this notice. All responsible sources may submit
  a proposal which will be considered by the VA. Interested offerors
  should submit a written request for a copy of the solicitation.
  A firm fixed-price contract is anticipated. The Standard Industrial
  Classification Code applicable to this procurement is 8999.
  For the purpose of this solicitation, any concern whose annual
  receipts over the past 3 years do not exceed an average of
  $5.0 million is considered a small business.
CITE: (I-355 SN014206)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box
  25047, Denver, CO, 80225-0047
SUBJECT: S--EL CENTRO TOILET CLEANING
SOL 1422-N670-B97-0022
DUE 020497
POC Sharon Krenek, (303) 236-9433.
DESC: The California Desert District of the Bureau Of Land Management
  requires cleaning of vault toilet facilities. There are six
  sites in the Imperial Sand Dunes, and a seventh at the Hot
  Springs L.T.V.A. in Imperial County, California. Sites are
  accessible via paved or graded dirt roads. Service trucks may
  approach to within about 30 feet of vault toilet facilities.
  The intent of this contract is to provide cleaning of the facilities
  of various sites at varing schedules between March, 1997 and
  February, 1998. Two addtional one year options are included
  Disposal of trash must occur at an approved facility and be
  performed in accordance with Federal, state, and local regulations.
  Each vault at each site designated must be thoroughly cleaned
  and resupplied with toilet paper. There will be no requirement
  for vault pumping. All responsible sources may submit a bid
  which will be considered. See Numbered Note(s): 1.
CITE: (I-355 SN014342)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Veterans Affairs, VA Puget Sound Health
  Care System (663/90C), 1660 S. Columbian Way, Seattle WA 98108
SUBJECT: S--GARBAGE/TRASH COLLECTION & DISPOSAL
SOL 663-28-97
DUE 012297
POC Laura Davis, Contracting Officer, (206) 768-5201.
DESC: Furnish all necessary labor, materials, and transportation
  to perform the following services: collection and removal of
  garbage/trash from Government owned and Contractor provided
  receptacles located at the VA Puget Sound HCS, American Lake
  Division, Tacoma, WA 98493. Services to be performed in compliance
  will all Federal, State, City, and County laws and regulations
  governing removal and disposal of refuse. Bidders must either
  have a "G" permit for Pierce County or an "X" Garbage Certificate
  from the Washington Utility Transportation Commission. All
  requests must be made in writing to the Contracting Officer.
  Faxed requests are acceptable. The Standard Industrial Classification
  (SIC) Code for this service is 4953. Solicitation will be issued
  on or after 1-6-97. Bid opening date 1-22-97. Contract period
  2-1-97 through 1-31-98 with one year option period. Pre-bid
  conference and site inspection will be offered. Fax number
  (206) 764-2565.
CITE: (I-355 SN014348)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DEPARTMENT OF VETERNS AFFAIRS, 10 NORTH GREENE STREET,
  BALTIMORE, MD 21201
SUBJECT: S--RADIOACTIVE WASTE DISPOSAL
SOL RFQ 512(B)-5-97
DUE 010697
POC Carol L. Pomraning, Contracting Officer (410-605-7156)
DESC: Request for Proposal (RFP) No. 512(B)-5-97 is a combined
  synopsis/solicitation for commercial items for the Department
  of Veterans Affairs and is prepared in accordance with the
  format in FAR Subpart 12.6, as supplemented with additional
  information included in this notice. This announcement constitutes
  the only solicitation; proposals are being requested and a
  written solicitation will NOT be issued. The solicitation document
  and incorporated provisions and clauses are those in effect
  through FAC 90-42. This acquisition is subject to full and
  open competition. The Standard Industrial Classification is
  4953. Small business size standard is $6M. The VA Maryland
  Health Care System (VAMHCS), Baltimore Division, would like
  to enter into a contract for disposal of radioactive waste
  to be in effect from date of award through September 30, 1997,
  and, in accordance with FAR 52.217-9, Option to Extend The
  Term of the Contract, may be amended for two one-year options.
  Offerors are requested to provide their most current catalog
  price list and the estimated cost per pickup and disposal based
  on the following estimated quantity per pickup: (1) Removal
  of 12 55-gallon drums of liquid scintillation waste, (2) removal
  of 600 lb. of dry solid waste, (3) 10 replacement 55-gallon
  drums, (4) 10 bags of absorbent material, (5) 30 55-gallon
  drum liners, (6) 40 cardboard disposal boxes and liners, (7)
  transportation costs, and, (8) all necessary permits, etc.
  This will be a firm fixed price contract. Payment will be made
  in arrears on certified invoices. (1) The contractor shall
  furnish the necessary labor, equipment, materials, and permits
  to dispose of long-lived dry solid and liquid scintillation
  radioactive waste in accordance with all Federal, state and
  local regulations, including those of receiving state. (2)
  The contractor shall provide the Radioactive Waste Manifest
  to the VAMHCS representative to verify the disposal of the
  waste in accordance with provisions of item 1. (3) The contractor
  shall provide radioactive waste disposal on an as needed basis,
  approximately four (4) times every twelve (12) months for each
  of the two types of waste. (4) The VAMHCS Baltimore Radiation
  Safety Officer (RSO), or delegate, shall furnish to the contractor
  a list of the milli- or micro curie amounts, by radioisotope,
  of waste materials for disposal prior to or at time of service.
  (5) The contractor should employ the more acceptable and economical
  incineration method for dry solid waste, rather than the more
  expensive supercompaction method. (6) The VAMHCS Baltimore
  must be listed as an additional insured party under the contractor/carrier
  policy for transportation of dry solid waste or its ashes into
  South Carolina for disposal at the Barnwell, South Carolina
  facility. Transportation of waste must be restricted to the
  insured carrier. (7) The contractor shall notify the VAMHCS
  Baltimore RSO at least forty-eight (48) hours prior to service.
  The RSO, or designate, will make necessary arrangements with
  the Police and Security Service, loading dock personnel, etc.
  On the day of the service, the contractor shall report to the
  RSO for admittance to the radioactive waste storage area. (8)
  The contractor or their designate shall be located so as to
  have the ability to respond to an emergent situation within
  four (4) hours of notification, and should be able to advise
  this facility regarding regulatory requirements and emergency
  procedures. LOCATION: Low level radioactive waste storage area
  on secured eighth (8th) floor of the VAMHCS, 10 North Greene
  Street, Baltimore, MD 21201. The following incorporated clauses
  and provisions are those in effect through FAC 90-42 and are
  applicable to this acquisition: 52.212-1, Instructions to Offerors--Commercial
  Items; 52.212-2, Evaluation Commercial Items, apply to this
  acquisition. Contractor award shall be based on a scoring system
  recognizing service and quality. Proposals will be rated according
  to specific criteria on the basis of an assigned point system.
  All evaluation criteria are given equal weight and include:
  (1) Plans and methodology for accomplishing the required tasks;
  (2) Contractor's knowledge, experience, capabilities, staff
  qualifications, and past record of adherence to regulations;
  (3) Contractor's ability to advise in and respond to emergent
  situations; and, (4) Cost. The lowest evaluated price will
  be given the maximum points available for cost. All others
  will be given a percentage of the points based on the relationship
  of their cost to the lowest cost. Award will NOT necessarily
  be made to the low bidder. Contractors are to submit a list
  of at least four references. Also included: 52.212-4, Contract
  Terms and Conditions--Commercial Items; 52.212-5, Contract
  Terms and Conditions Required to Implement Statutes or Executive
  Orders--Commercial Items, 52.222-3, Convict Labor (E.O. 11755);
  52.233-3, Protest After Award; 52.222-26, Equal Opportunity;
  52.232-28, Electronic Funds Transfer Payment Methods. Original
  proposals must be submitted in writing on company letterhead
  to: Carol L. Pomraning, Contracting Officer (90C), VA Maryland
  Health Care System, 10 North Greene Street, Baltimore, MD 21201,
  2pm (Eastern Standard Time) by January 6, 1997. No fax or telephonic
  offers will be accepted. The Government intends to evaluate
  offers and award a contract without discussion with offerors.
  Therefore, the offers should contain the offeror's best terms
  from a price and technical standpoint.
CITE: (I-355 SN014367)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer In Charge, NAVFAC Contracts, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: S--EXHAUST SYSTEMS CLEANING, PENSACOLA NAVAL COMPLEX,
  PENSACOLA, FL
SOL N65114-97-B-2284
DUE 011397
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karen Seals
DESC: Work to include weekly, monthly, quarterly and biannual
  cleaning of exhaust systems.  Contract to be for a base period
  of one year, with four option periods.  Please send written
  or faxed request for the plans and specifications to Officer
  In Charge, NAVFAC Contracts, 520 Turner Street, Pensacola,
  FL 32508-5225, attention: Karen Seals.  Plans and specifications
  are currently available.  Work is estimated at less than $100,000
CITE: (I-355 SN014375)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB,
  WASHINGTON, DC 20340-3084
SUBJECT: T--FILM PROCESSING SERVICES
SOL MDA908-97-R-0003
DUE 010597
POC Purchasing Agent, JUDITH CASTEEL, (202)2312829
DESC: (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  prposals are being requested and a written solicitation will
  not be issued. (ii) This SOLICITATION NUMBER MDA908-97-R-0003
  is issued as a request for proposal (RFP). (iii) The solicitation
  document and incorporated provisions and clauses are those
  in effect hrough FEDERAL ACQUISITION CIRCULAR #90-42, and DEFENSE
  FEDERAL ACQUISITION CIRCULAR #91-11. (iv) This solicitation
  is a small business set-aside. SIC is 7384. (v) A list of CONTRACT
  LINE ITEM NUMBER(S) and items are: CLIN 0001: DEVELOPING OF
  35MM FILM; CLIN 0001AA: 24 EXPOSURE BLACK & WHITE, D-76 1:1,
  68 DEGREES F, 1500 ROLLS; CLIN 0001AB: 36 EXPOSURE BLACK &
  WHITE, KODAK, D-76 1:1, 68 DEGREES F, 120 ROLLS; CLIN0001AC:
  36 EXPOSURE BLACK & WHITE TECHNICAL PAN 2415 (PUSHED TO 125
  ASA) TECHNIDOL LIQUID DEVELOPER, 80 DEGREES F/15 MIN) VERTICAL
  AGITATION (UP AND DOWN), 400 ROLLS; CLIN 0001AD: 36 EXPOSURE
  BLACK & WHITE P-3200 (PUSHED TO 6400 ASA) (D-76 STRAIGHT 70
  DEGRE F/17 MIN); 120 ROLLS; CLIN 0001AE: 24 EXPOSURE COLOR
  NEGATIVE, 320 ROLLS; CLIN 0001AF: 24 EXPOSURE COLOR POSITIVE
  (PROCESS AND MOUNT), 20 ROLLS; CLIN 0001AG: 36 EXPOSURE COLOR
  POSITIVE PROCESS ONLY (UNCUT), 120 ROLLS; CLIN 0002: PRINTS,
  3 1/2 INCH BY 5 INCH GLOSSY; CLIN 0002AA: BLACK & WHITE, ENLARGEMENTS
  FROM 35MM FILM, 24,000 EACH; CLIN 0002AB: COLOR, ENLARGEMENTS
  FROM 35MM FILM, 4,520 EACH; CLIN 0003 PRINTS, 5 INCH BY 7 INCH
  GLOSSY; CLIN 0003AA: BLACK & WHITE, ENLARGEMENTS FROM 35MM
  FILM, 1,600 EACH; CLIN 0003AB: COLOR, ENLARGEMENTS FROM 35MM
  FILM, 1,280 EACH; CLIN 0004: PRINTS, 8 INCH BY 10 INCH GLOSSY;
  CLIN 0004AA: BLACK & WHITE ENLARGEMENTS, 160 EAH; CLIN 0004AB:
  COLOR ENLARGEMENTS, 160 EACH; CLIN 0005: PRINTS, 11 INCH BY
  14 INCH GLOSSY; CLIN 0005AA: BLACK AND WHITE ENLARGEMENTS,
  40 EACH; CLIN 0005AB: COLOR ENLARGEMENTS, 40 EACH. The Government
  also requires a proposal for each of four option years. The
  description and quantities for the option years are the same
  as the base period outlined here. (vi) Description of requirements
  for the items to be acqured. All products delivered hereunder
  shall be free of dust, lint, scratches, fingerprints, abrasions,
  and chemical stains. Ninety percent (90%) of all film (B&W)
  processed by the contractor will be returned to the Government
  without being cut. Black and wite film processing and printing
  will be done with black and white chemistry and printed by
  a black and white printer on black and white paper. Ten percent
  (10%) of all film (B&W) processed by the contractor will be
  returned to the Government in a "process only" state without
  prints. All items shall be preserved, packaged, packed and
  marked in accordance with the best commercial practices to
  meet the acking requirements of the carrier, and ensure safe
  delivery at destination. (vii) Date(s) and place(s) of delivery
  and acceptance and FOB point. The contractor shall provide
  on an FOB destination basis, pickup and delivery service to
  and from the address pecified below or to an alternate address
  within the Metropolitan Washington, DC, area (25 mile radius
  of the Pentagon) as specified by the Contracting Officer's
  Representative (COR). Deliver to: Defense Intelligence Agency,
  Joint Military Attache School, Bldg 6000, Room E3-832, Bolling
  AFB, Washington, D.C., 20340-5485. Performance Specifications.
  Pickup and delivery shall be made in person on Monday, Wenesday
  and Friday during normal duty hours (7:30 am to 4:00 pm) and
  at the request of the COR occurring not later than 24 hours
  after the COR's telephone request. Delivery shall be made no
  later than three (3) working days for Film Processing only
  and Five(5) working days for Film Processing and Printing (excluding
  weekends and Government Holidays) after pickup. (viii) FAR
  52.212-1 Instructions to Offerors, Commercial, is incorporated
  by reference and applies to this acquisition. (ix) FAR 52.212-2,
  Evaluation, Commercial Items (OCT 1995) is incorporated by
  reference and applies to this acquisition. ADDENDUM 52.212-2
  Para(a). Award will be based on best value.The following factors
  shall be used to evaluate offers: technical capability, price
  and past performance. Technical capability and past performance
  are more important than price. (x) Offerors shall include a
  completed copy of the provision at FAR 52.212-3,Offeror Representations
  and Certifications, Commercial Items (OCT 1995) with its offer.
  (xi) FAR 52.212-4, Contract Terms and Conditions, Commercial
  Items (OCT 1995) is incorporated by reference and applies to
  this acquisition and resulting contract. Contract Type: The
  resulting contract will be firm, fixed price (FFP). (xii) FAR
  52.212-5 Contract Terms and Conditions Required to Implement
  Statutes (OC 1995) is incorporated in this contract by reference,
  however, for paragraph (b) only the following provisions apply
  to this acquisition: 52.212-5(b): 52.203-6, Restrictions on
  Subcontractor Sales to the Government with Alternate I (OCT
  1995), 52.203-10, Pice 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, 52.219-14, Limitation on Subcontracting, 52.222-26, Equal
  Opportunity, 52.222-35, Affirmative Action for Special Disabled
  and Vietnam Era Veterans, 52.222-36, Affirmative Actionfor
  Handicapped Workers, 52.222-37, Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era, 52.239-1,
  Privacy or Security Safeguards (xiii) Additional requirements.
  Warranty: The contractor shall extend to the Government full
  coverge of any standard commercial warranty normally offered
  in a similar commercial sale, provided such warranties available
  at no additional cost to the Government. Acceptance of the
  standard commercial warranty does not waive the Government's
  rights under the "Inspection" clause nor does it limit the
  Government's rights with regard to the other terms and conditions
  of this contract. In the event of a onflict, the terms and
  conditions of the contract shall take precedence over the standard
  commercial warranty. The standard commercial warranty period
  shall begin upon final acceptance of the applicable material
  and/or services listed in the schedule. (xiv DPAS rating: N/A.
  (xv) CBD numbered notes: N/A. (xvi) Two (2) technical and (1)
  cost proposal are due by noon, EST, 5 Jan 97 at the Virginia
  Contracting Activity, ATTN: DAP-2 (Judith E. Casteel), MacDill
  Boulevard, Building 6000, Bolling Air Force Base, Washington
  DC 20340-5100. Offerors shall provide names, addresses and
  phone numbers of 3 customers, either Government or commercial,
  that have received thecontractor's photo processing services
  during the past 2 years. Offerors must acquaint themselves
  with the new regulations concerning Commercial Item acquisition
  contained at FAR Subpart 12 and must ensure that all Representations
  and Certifications are excuted and returned as required in
  this synopsis/solicitation. (xvii) Name and Telephone number
  of individual to contact for information regarding the solicitation:
  Judith E. Casteel, (202) 231-2829, fax (202) 231-3368.
CITE: (I-355 SN014276)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Oklahoma City Satellite Printing Procurement Office,
  U.S. Government Printing Office, 3420 D Ave., Suite 100, Tinker
  AFB, OK 73145-9188
SUBJECT: T--OFFSET PRINTING
SOL Program 7707-S
DUE 020697
POC Timothy Ashcraft, Contracting Officer, (405) 231-4146
DESC: Single award term contract for period of 030197 to 022898--for
  Department of Transportation--FAA Service Difficulty Reports--assumed
  Oklahoma City, OK production area--approx. 52 orders per year
  (two items per order)--4 to 230 total pages per item--11 x
  8-1/2"--black ink--approx. 800 copies per item per order--operations
  include film making, printing, binding, packing and distribution--four
  workday production schedule--quality attributes level IV--bid
  request on firm's letterhead.
CITE: (M-355 SN014318)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services--Potential Sources Sought
OFFADD: U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN,
  P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH
  STREET MOBILE AL 36602
SUBJECT: T--IND DEL CONTRACT FOR SURVEYING, MAPP & PHOTOGRAMM
  SERVC TO SUPP THE MOBILE DIST MILTARY PROGRAM; DACA01-97-R-0015
SOL AEMXXX-97XX-0005
POC Contact Mr. Jack Pruett, 334/441-5755; Contracting Officer,
  Edward M. Slana (Site Code W31XNJ)
DESC: 1. CONTRACT INFORMATION: A-E services are required for
  an Indefinite Delivery Contract for Surveying, Mapping, and
  Photogrammetry Services. This announcement is open to all businesses
  regardless of size. The Contract will be awarded for a one
  year peiod. Work to be subject to satisfactory negotiation
  of individual task orders with the total contract not to exceed
  $500,000 for the contract period. Selection of AE firms is
  not based upon competitive bidding procedures, but rather upon
  the professional qalifications necessary for the performance
  of the required services. 2. PROJECT INFORMATION: The Contractor
  selected will be required to perform services in Alaska with
  work in other locations as may be assigned to the Mobile District.
  The selected firm will be required to perform services of the
  following types: Select and evaluate existing monuments for
  stability and siting; write digital descriptions; set airport
  ontrol stations including concrete monuments, disk in bedrock
  and rod marks; establish control by high accuracy Global Positioning
  System; process data from GPS observations; provide written
  reports with diagrams, sketches, tables, photographs, and data
  prcessing files in bluebooking format that is acceptable to
  NGS; performance of both boundary and land surveys. The contract
  requires the capability to provide digital surveying and mapping
  data that is readable and fully operational on an Intergraph
  computer-aided design and drafting (CADD) system. Current operating
  software is Intergraph Microstation version 5.0 and delivery
  of files on 3.5 disk, CD-om and/or in Intergraph Optical Disk
  Storage format. All land survey work must be performed under
  the direction of a Registered Land Surveyor registered in the
  state where the work is performed. 3. SELECTION CRITERIA: See
  Note 24 for general selection procss. The selection criteria
  are listed below in descending order of importance (first by
  major criterion and then by each sub-criterion). Criteria A
  thru E are primary. Criteria F thru H are secondary and will
  only be used as "tie-breakers" among technically equal firms.
  A. Professional Qualifications: The contract will require the
  following disciplines: Use the nomenclature for disciplines
  as noted in thisadvertisement. (1) Project Managers; (2) Party
  Chiefs. Resumes (Block 7 of the SF 255) must be provided for
  these disciplines, including consultants. Additional evaluation
  factors are provided in order of importance: B. Specialized
  experience and technicalcompetence in: (1) Surveying In Alaska
  and/or Other Cold Regions; (2) Global Positioning System Services;
  (3) Use of Dual Frequency Receivers; (4) Setting Monuments
  By Driving Stainless Steel Rods to Refusal; (5) Work On And
  Around Airports; (6) Detailed Topography; (7) Boundary Surveys:
  (8) Use of CADD systems in surveying & mapping applications;
  (9) In Block 10 of the SF 255 describe the firms' quality mangement
  plan, including the team's organization including an organizational
  chart, quality assurance, cost control, and coordination of
  the in-house work with consultants. C. Capacity to Accomplish
  the Work: The capacity to field a minimum of five GPS receiers
  with personnel to operate the receivers and process the data.
  D. Past Performance: Past performance on DOD and other contracts
  with respect to cost control, quality of work, and compliance
  with performance schedules; E. Knowledge of the Locality: Knowledge
  of surveying & mapping in very cold climatic conditions; F.
  Geographic Location: Geographic location with respect to Alaska.
  G. Small Business, Smal Disadvantaged Business, and Women Owned
  Business Participation: Extent of participation of Small Businesses,
  Small Disadvantaged Businesses, Women Owned Businesses, Historically
  Black Colleges and Universities, and Minority Institutions
  in the proposed cntract team, measured as a percentage of the
  total estimated effort; H. Equitable Distribution of DOD contracts:
  Volume of DOD contract awards in the last 12 months as described
  in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general
  submissions requirements. Firms must submit a copy of their
  SF 254 and SF 255, and a copy of each consultant's SF 254.
  The 11/92 edition of the forms must be used, nd may be obtained
  from the Government Printing Office. A Summary of Capability
  Worksheet must be requested and submitted with the proposal.
  The worksheet in Microsoft Word Format (3.5" unformatted Disk
  must be provided) should be requested by sending a sef addressed
  envelope or Floppy Disk Mailer with return postage to: District
  Engineer, U.S. Army Engineer District, Mobile, ATTENTION: CESAM-EN-MS,
  Post Office Box 2288, Mobile, Alabama 36628-0001. These must
  be received in the Mobile District Office (CESAM-EN-MN) not
  later than close of business on the 30th day after the date
  of publication of this solicitation in the Commerce Business
  Daily. If the 30th ay is a Saturday, Sunday, or Federal holiday,
  the deadline is the close of business on the next business
  day. Regulations requires that any submittals received after
  this date cannot be considered by the Selection Board. Include
  ACASS number in Block 3b an RFP Number in Block 2b of the SF
  255. Call the ACASS Center at 503-326-3459 to obtain a number.
  Solicitation packages are not provided. This is not a request
  for proposal. As required by acquisition regulations, interviews
  for the purpose of discussing prospective contractors' qualifications
  for the contract will be conducted only for those firms considered
  highly qualified after submittal review by theselection board.
CITE: (I-355 SN014279)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services--Potential Sources Sought
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: T--SURVEYING OF SEDIMENTATION RANGES IN JOHN H. KERR
  RESERVOIR AND FALLS LAKE IN VIRGINIA AND NORTH CAROLINA
SOL 129&&&-9612-0004
POC PAUL MASON, CESAW-EP-EE (910-251-4789); HILDA AYERS, CONTRACT
  SPECIALIST (Site Code DACW54)
DESC: A-E firm fixed price contract is required for surveying
  of sedimentation ranges across John H. Kerr Reservor and Falls
  Lake in Virginia and North Carolina. Award of this contract
  is scheduled for March 1997 with completion scheduled for August
  1997. he Service Contract Act will apply to this contract.
  PROJECT INFORMATION: Sedimentation ranges to be surveyed are
  located throughout the two (2) lakes. They extend from flood
  pool elevation on one side of the lake to the same elevation
  on the other side. Vrtical and horizontal control surveys will
  be required to locate historic sedimentation ranges and monuments
  will be reset where they are missing. Upland profiling will
  be performed on each side of the lakes with hydrographic surveys
  extending across the lakes. These profiles will be compared
  with previous surveys to assess accretion and erosion of sediments
  over time. The Contractor will convert old survey data to dgital
  format and compute changes in earth volumes. Estimated cost
  range for this project is between $100,000 and $250,000. SELECTION
  CRITERIA: Evaluation criteria, listed in descending order of
  relative importance, have been established for this contract
  a follows: A. Specialized experience in the type of work described
  above. B. Professional Qualifications necessary for satisfactory
  performance of required services. C. Capacity to accomplish
  the work on schedule: Firm must have ability to provide a minimum
  of three (3) 3-man survey parties of competent personnel with
  the required equipment. Firms responding to this notice must
  furnish a list of all company oned survey equipment that is
  available to perform this work. D. Past Performance on DOD
  and other contracts. E. Knowledge of the Locality: Familiarity
  with the conditions, control and regulations effecting work
  at the two (2) job locations. F. SB and SDB Prticipation: Extent
  of participation of small business, small disadvantaged business,
  historically black college and universities, and minority institutions
  in the proposed contract team, measured as a percentage of
  the total estimated effort. G. Equitable Distribution of DOD
  Contracts: Volume of DOD contract awards in the last 12 months
  as described in Note 24. SUBMISSION REQUIREMENTS: See Note
  2 for general submission requirements. Interested firms having
  the capabilities to perform this work must submit a copy of
  the SF 255 (11/92 edition) and a copy of the SF 254 (11/92
  edition) for the prime and all consultants to the above address
  not later tan the CLOSE OF BUSINESS on the 30th day after the
  date of this announcement. If the 30th day is a Saturday ,
  Sunday, or Federal holiday, the deadline is the close of business
  of the next business day. Applicants may supplement the forms
  with other information deemed appropriate. Solicitation packages
  are not provided. This is not a request for proposal. SIC CODE
  8713. NOTE: THIS PROPOSED PROCUREMENT IS UNRSTRICTED.
CITE: (I-355 SN014286)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services--Potential Sources Sought
OFFADD: AMC Contracting Flight, AMC CONF/LGCFA, 102 E. Martin
  St, Rm 216, Scott AFB IL 62225-5015
SUBJECT: T--MULTI-MEDIA PRESENTATION - POTENTIAL SOURCES SOUGHT
SOL N/A
POC Capt Timothy Haseltine, HQ AMC/DSR 618-256-2214, Susan Sembenotti,
  AMC CONF/LGCFA, Contract Specialist, 618 256-1900, ext 335,
  Barbara Steinmann, Contracting Officer, 618-256-1900, ext 261.
DESC: The Air Force Mobility Command (AMC) is requesting information
  for the production of a multi-media product. We are looking
  for a 10-14 minute presentation to tell the story of the Air
  Mobility Command. We are interested in the newest technology
  in delivering both sight and sound to include a wide screen
  presentation format such as letterbox or HDTV. The presentation
  should have the capability of being built into several modules
  to adapt to different audiences and be updatable to add current
  events. Our office would be able to provide all of the still
  and video images and ambient sound but would require that the
  script, narration and music be provided by the contractor.
  Our equipment includes a 16' by 5' rear projection screen with
  two Barco Data 801 projectors and two IBM PC's running PowerPoint
  7.0. The computers are 166 MHZ Pentium's with 32 Meg of EDO
  Ram and #9 Motion 771 with 4MB VRAM Video Cards. This Request
  for Information is not a commercial solicitation and the Government
  will pay neither for any information submitted nor for any
  costs incurred in preparing a response to this RFI. Replies
  to this notice for potential sources must be submitted no later
  than 30 days after publication in the CBD. Send information
  to: HQ AMC/DSR, Attn. Capt Timothy Haseltine, 402 Scott Drive
  Unit 1D2, Scott AFB IL 62225-5310, Phone: (618) 256-2214. DO
  NOT SEND THE INFORMATION TO THE CONTRACTING FLIGHT.
CITE: (I-355 SN014323)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: National Imagery and Mapping Agency, 4600 Sangamore Road,
  MS PCC-E/D-6, Bethesda, MD 20816-5003
SUBJECT: U--EDUCATIONAL SERVICE
SOL NMA401-97-T-0178
DUE 011097
POC Contact Point: Keith E. Holloway, Purchasing Agent, 301/227-2366,
  or Carleda Morris, Contracting Office, 301/227-5130
DESC: The National Imagery And Mapping Agency (NIMA) intends
  to issue a Sole source Award to the University of Maryland
  Instructional Television System Subscription. CLIN 0001: The
  Contractor shall provide the National Imagery and Mapping Agency
  with a wide variety of non-credit short courses from various
  organizations, including 39 other academic institutions. In
  addition to the above unique services, the NIMA Bethesda distance
  learning facility requires receipt of a microwave signal; microwave
  signals must be in a direct line of sight.
CITE: (I-355 SN014207)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services--Potential Sources
  Sought
OFFADD: Panama Canal Commission, Logistical Support Division,
  Purchasing & Contracts Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: U--TRAINING PROGRAM
SOL N/A
DUE 011797
POC Sarinder Singh, Contract Specialist, (502) 272-3653
DESC: The Panama Canal Commission, a corporation of the U.S.
  Government, is in the process of identifying qualified institutions
  of education and training interested in advising and collaborating
  in the formulation and implementation of an expanded world-class
  training program at the Panama Canal in such areas as maritime
  training, marine fire fighting, hazardous materials, industrial
  training, and executive and managerial development.  This program
  would be directed toward providing services to the private
  and public sectors as well as the Canal organization.  All
  interested parties shall submit company information, as well
  as any other information related to the topics indicated in
  this announcement to the following addresses: via U. S. Postal
  Services to Panama Canal Commission, Purchasing and Contracts
  Branch, Attn.: Sarinder Singh, Unit 2300, APO AA 34011-2300,
  by courier to Panama Canal Commission, Purchasing and Contracts
  Branch, Attn.: Sarinder Singh, Building 28, Third Floor, Balboa,
  Republic of Panama, or by fax at 011-507-272-7661.  Any information
  provided shall be at no cost to the Commission.  The information
  received will be considered confidential and will not be disclosed
  withouth the express authorization of the supplier.   This
  notice does not express or imply the intent to purchase any
  service or to enter into a contractual agreement.  The information
  is required no later than January 17, 1997.
CITE: (I-354 SN014013)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--TRANSPORTATION SERVICES
SOL 8097-12
DUE 031997
POC Cindy Knickerbocker, Procurement Technician, 208/387-5760
DESC: Contractor will be required to be certificated under 14
  CFR, Chapter 135, Air Taxi Operators and Commercial Operators.
   Furnish flight services, fully contractor operated and maintained,
  consisting of one (1) Bell 206B III helicopter, or equal aircraft,
  in support of the Bureau of Indian Affairs fire suppression
  programs for the approximate period of June 1, 1997, to August
  10, 1997.  The term of this contract will be one (1) year with
  options to renew for two (2) additional years.  Designated
  base is Window Rock, Arizona.  See notes 1 and 26.
CITE: (W-354 SN014006)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: W--FORKLIFT LEASE
SOL N00406-97-R-4037
DUE 021097
POC M. Renville
DESC: This modification is to change the closing date to 02-10-97.
  All other terms and condition remain the same
CITE: (I-355 SN014209)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: U.S. Department of Agriculture, Farm Service Agency,
  Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE
  AVENUE, SW  Washington, D.C. 20250-0567
SUBJECT: W--LEASE OF POSTAGE METERS
SOL FSA-R-0002-97DC
DUE 010697
POC Scott P. Cook, (202) 720-7349
DESC: REQUEST FOR PROPOSAL FSA-R-0002-97DC: The USDA, Farm Service
  Agency (FSA), has a requirement for the lease of postage meters,
  to be located in state and county offices across the country.
   The location of the meters and the exact quantity will be
  determined after contract award; however, the current estimate
  is 1616, plus or minus 300, to be located in 37 states distributed
  evenly across the US. The actual quantities and the final location
  of the meters will be determined by the FSA State offices
  after contract award; the contractor must coordinate the location
  and timing of meter installations with the State offices. 
  All meters must be installed and operating within 90 days
  after the states determine the installation locations.  The
  postage meters must have the following characteristics: 1.
   Meter must have USPS approval and certification.  2.  Meter
  must be capable of printing denomination amounts on envelopes
  from 1 cent to $9.99, or print postage for packages and oversized
   envelopes directly onto gummed labels.  3.  Meter must have
  a feeder mechanism.  4.  Meter must show postage used and
  postage remaining.  5.  Meter must be able to replenish authorized
  postage amounts by phone.  6.  Meter must have a dollar-lock
  protection feature to prevent overmetering.  7.  Meter must
  have a repeat function for repetitive selections of postage
  to be metered.  8.  Meter must have an external envelope flap
  moistener.  9.  Meter must be able to track at least 6 multiple
  accounts.  10.  Meter must be accompanied by an instruction
  manual.  The Contractor shall install the meters in the designated
  locations and instruct the office personnel in the use of
  the equipment.  The Contractor shall provide on-call maintenance
  (parts and labor) or replacement of the equipment within two
  business days of receipt of notice of malfunction by the Contractor
  or his designated point of contact.  If maintenance or replacement
  is not provided within two business days, the lease price shall
  be decreased on a pro-rata basis to reflect downtime.  The
  Contractor is not responsible for any factors external to
  the meters (office electrical supply, adding or removing accessories,
  etc.).  The contractor shall provide an 800 toll-free number
  for ordering of consumable supplies, the price of which shall
  not be included in the lease price.  The Contractor shall provide
  a monthly lease price, inclusive of the meter, installation,
  maintenance and instruction, for the meters for the base year
  (1/1/97 to 9/30/97) and for four option years (FYs 1998, 1999,
  2000 and 2001).  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 hereby requested and a written solicitation will
  not be issued.  This solicitation incorporates FAR provisions
  and clauses that are in effect as of FAR Acquisition Circular
  90-39.  This is not a set-aside acquisition.  The following
  clauses are hereby incorporated into this RFP by reference:
   FAR 52.212-1, Instructions to Offerors -- Commercial; and
   FAR 52.212-2,Evaluation -- Commercial.  The following factors
  are hereby inserted into clause 52.212-2: Past Performance
  (50% of evaluation); Ability to Meet Specifications (30% of
  evaluation); and Price (20% of evaluation). The offeror must
  indicate past performance with regard to the infrastructure
  for nationwide installation and maintenance of postal meters,
  and this experience will count towards determining the awardee.
   The contract resulting from this solicitation will incorporate
  the following clauses:  FAR 52.212-4, Contract Terms and Conditions
  -- Commercial; and FAR 52.212-5, Contract Terms and Conditions
  Required to Implement Statutes Or Executive Orders -- Commercial.
   All offerors must complete the items in FAR 52.212-3, Offeror
  Representations and Certifications -- Commercial Items, and
  return them with their proposal.  Offers are due at 2PM Eastern
  Standard Time, Monday, January 6, 1997, in room 6957-S, South
  Building, 1400 Independence Avenue, SW, Washington, DC 20250-0567.
   The point of contact is Scott P. Cook, Contracting Officer,
  at 202-720-7349.  During the Christmas holidays (Dec 21 -
  January 2), he can be reached at his home Internet address
  (spcook@wizard.net). 
LINKURL: http://wwwaix.fsa.usda.gov/amb/amb.htm
LINKDESC: 
EMAILADD: scook@wdc.fsa.usda.gov
EMAILDESC: 
CITE: (W-355 SN014267)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT
  (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001,
  OR 109 ST. JOSEPH STREET MOBILE AL 36602
SUBJECT: W--RENTAL OF CONSTRUCT EQUIP W/OPERATORS FOR MAINTENANCE
  DREDGING OF TTWW & BENDWAYS, ALABAMA & MISSISSIPPI
SOL DACW01-97-B-0023
DUE 021197
POC Contact Ms. Karen Johnson, 334/690-2535; Contracting Officer,
  Sue L. Speights (Site Code W31XNJ)
DESC: The work to be performed under this contract consists of
  rental of a Cutterhead Pipeline Dredge with Operators for maintenance
  dredging of the Tennessee-Tombigbee Waterway and Bendways,
  Black Warrior-Tombigbee River System and the Alabama River
  for aperiod of 240 days. The principal location of work is
  expected to be the Tennessee-Tombigbee WaterWay (TTW), Alabama
  and Mississippi. This work will require dredging to depths
  of 12 feet or greater over varying channel widths. The dredge
  material will haveto be transported to disposal areas at distances
  up to 11,000 feet from the dredging site at lifts as high as
  70 feet. This contract will require a 20, 22, or 24-inch dredge
  with respective minimum horsepower requirements of 2500, 2700,
  and 2700. Estimated cost of work is between $1,000,000 and
  $5,000,000. Options items are included. All responses should
  be directed to Ms. Karen Johnson or Ms. Mary Harris. No teephone
  requests. Only written or faxed requests (334-694-4343), received
  directly from the requestor are acceptable. Refer to document
  in request. Bid documents are available on or about 10 January
  1997. The proposed contract is unrestricted. The standard ndustrial
  classification (SIC) code for this acquisition is 1629, the
  size standard for which is $13.5 million. All responsible sources
  may submit an offer which shall be considered.
CITE: (I-355 SN014278)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO,
  CA 92161
SUBJECT: W--LEASED PAGERS
SOL IFB-664-096-97:CT
DUE 012997
POC Charlene Tyson, Contracting Officer
DESC: The VA San Diego Healthcare System, San Diego, CA has a
  requirement for approximately 549 long range leased pagers
  and one voice pager to include all repairs and service. On
  call response service shall be 24 hrs. a day, 7 days per week.
  Approximate issue date is January 8, 1997. All requests for
  this solicitation must be in writing or FAXED (619)552-7483.
  Reference solicitation number IFB-664-096-97:CT and include
  your company's name, address, telephone and fax number and
  point of contact. This solicitation is for Base Year and possible
  four option years.
CITE: (I-355 SN014353)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Department of Defense, OSD/WHS, Real Estate and Facilities
  Directorate, Support Service Division, Procurement Branch,
  Room 3C345 Pentagon, Washington, DC 20301-1155
SUBJECT: X--PROVIDE RENTAL OF HOTEL AND CONFERENCE FACILITIES
  FOR A 1997 SPRING CONFERENC
SOL MDA94697T0222
DUE 011097
POC Alisa R. Seawright, Contract Specialist, 703/695-4905
DESC: Provide lodging and conference facilities in  Fairfax County
  in support of a Spring Conference scheduled for  7-13 April
  1997.  The RFQ should be faxed to 703/693-6807 or mailed to
  OSD/WHS/RE&F/Support Services Division, Attn:  Alisa Seawright,
  Room 3C345, Pentagon, Washington, D.C.  20301-1155.  No telephone
  requests will be accepted.
CITE: (W-355 SN014201)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Peace Corps, Office of Contracts, Rm. 6368, 1990 K St.
  N.W., Washington, DC 20526
SUBJECT: X--CONFERENCE AND LODGING FACILITIES FOR PEACE CORPS
  COUNTRY DIRECTORS CONFERENCE
DUE 010697
POC Neil Xavier, Contracting Officer, (202)606-9510
DESC: The due date for submissions in response to this notice
  has been extended from December 31, 1996 to January 6, 1997.
CITE: (I-355 SN014383)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 CGS),
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: Y--FISH POND LINER INSTALLATION
SOL 1448-60181-97-B026
DUE 013097
POC PO:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x221; David M. Clack, Contracting Officer, 303/236-5412 x228.
DESC: This is a pre-solicitation notice for a requirement to
  furnish and install 20 mil Fishgrade PVC liners in five existing
  fish rearing ponds and associated earthwork. Project site is
  located at the Gavins Point National Fish Hatchery near Yankton,
  South Dakota. Solicitations will be available o/a December
  30, 1996.  Notice to Proceed will not be issued on this project
  until o/a July 15, 1997.  Estmated price range is between $100,000
  to $250,000.  This project is open to large and small businesses.
   Please Fax requests for solicitation package to 303/236-4791,
  state solicitation number, company name, mailing address and
  telephone number on request.
CITE: (I-354 SN014011)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: u.s. FISH AND WILDLIFE SERVICE, CONTRACTING AND GENERAL
  SERVICES, 300 WESTGATE CENTER DRIVE, HADLEY, MA 01035-9589
SUBJECT: Y--CONSTRUCTION OF FOUNDATION AND ERECTION OF PREFAB
  BUTLER METAL BUILDING AT THE ERIE NATIONAL WILDLIFE REFUGE,
  GUYS MILLS, PA.
SOL 14485018197B007
DUE 013197
POC Contract Specialist, GARY M. DUPUIS, 413-253-8240
DESC: The U.S. Fish and Wildlife Service invites bids on a contract
  for the erection and related work to install a Butler Metal
  Building at the Erie National Wildlife Refuge in Guys Mills,
  PA. The work consists of the foundation, erection and related
  work thereof of a Butler Metal Building. Bidders must be authorized
  Butler Contractors and show evidence of certification prior
  to award. The work consists of the erection, testing, foundation
  design, concrete and related work to be performed in accordance
  with the specifications outlined in the solicitaion. Estimated
  construction cost is between $25,000 and $100,000. This is
  an unrestricted procurement and will be open to any business
  size. All responsible sources may submit a bid which shall
  be considered for award. Plans and specs for this job are available
  without charge and shall be requested in writing to the above
  address; Attention Gary M. Dupuis, Contracting Officer. Issue
  date will be o/a December 31, 1996. Telephonic requests WIll
  NOT be accepted. However FAX requests will be accepted at FAX
  No. 413-253-8450. Any requests for the package must include
  the company name, address, telephone and FAX numbers, point
  of contact, and should reference the solicitation number listed
CITE: (I-355 SN014187)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Contracting Office, Siuslaw National Forest, P.O. Box
  1148, Corvallis, OR 97339
SUBJECT: Y--HEBO WATERBARRING 1997
SOL RFQ 97-8101
DUE 012997
POC Contact, Administrative Services, 541/750-7118
DESC: This project consists of constructing approximately 1200
  waterbars on graveled Forest roads. The Contractor shall furnish
  all labor, equipment, supervision, transportation, supplies
  (except those designated as Government furnished) and incidentals
  to accomplish all work necessary. Contract time is 90 calendar
  days after receipt of the Notice to Proceed. Government estimate
  is between S25,000 and S100,000. Estimated start work date
  is February 3, 1997. This Request for Quotations IS NOT set-aside
  for small business concerns.
CITE: (I-355 SN014211)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867,
  Little Rock, AR 72203-0867
SUBJECT: Y--REHABILITATION & PAINTING TAINTER GATES, DARDANELLE
  LOCK & DAM, YELL & POPE COUNTIES, ARKANSAS
SOL DACW03-97-R-0004
DUE 022097
POC Sharon Spohn, Contract Specialist, (501) 324-5187 FOR SPECIFICATIONS/DRAWINGS:
  Theresa M. Morris, (501) 324-6844.
DESC: The work consists of blasting and painting tainter gates,
  grinding handrail post remnants flush with trunnion anchorage
  covers, blasting and painting trunnion anchorage covers, furnishing
  and installing new side seal and bottom seal assemblies and
  new anodes, replacing damaged and corroded structural members,
  grinding structural members, heating and straightening structural
  members, spot power tool, spot prime and completely paint machinery
  covers, decks and spillway bridge substructures, blasting and
  painting stop logs and lifting beam. Machinery covers, decks,
  and spillway bridge substructure will require lead-based paint
  removal. Estimated magnitude of work is between 1,000,000.00
  and 5,000,000.00. Issue date for solicitation will be on or
  about January 21, 1997. Solicitation only $30.00, Solicitation
  and half size drawings $52.50, solicitation and full size drawings
  $62.00 (all charges are non-refundable). Solicitation documents
  will be made available upon written request to include check
  or money order payable to FAO, US Army, LRD, and mailed to
  Contracting Division at the above address. In order to receive
  documents in a timely manner, requests should be received by
  January 9, 1997. Bid opening date will be on or about February
  25, 1997 at 4:00 p.m. This proposed procurement is unrestricted.
  SIC: 1629 The Little Rock District's Subcontracting goals are:
  Small Business - 53%, Small Disadvantaged Business - 8.5%,
  Women Owned Business - 3%, and Historically Black Colleges
  & Universities/Minority Institutions - 5%.
CITE: (I-355 SN014223)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: Y--CONSTRUCT MFH MANAGEMENT OFFICE AND MFH MANAGEMENT
  MAINTENANCE FACILITY
SOL F41636B0001
POC Sara Atkins, (210)671-1732
DESC: Note the following correction:       a. The subject Invitation
  for Bids(IFB) is hereby changed to a Request         for Proposal(RFP)
         b. The solicitation number is hereby changed to read
  as follows:          from: F41636B0001       to: F4163697R0019
    ***********************************************************************************************************last
  item**********************************
CITE: (W-355 SN014265)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Willamette National Forest, 211 E. 7th, Eugene, Oregon,
  97401
SUBJECT: Y--CONSTRUCTION OF STRUCTURES AND FACILITIES
SOL R6-18-97-809
DUE 012197
POC Contract Specialist. Telephone No. (541) 465-6506.
DESC: A project to remove existing building debris due to fire
  at the Oakridge Ranger District Complex, Westfir Oregon. Building
  debris consists of the building foundation, sidewalks, porches,
  steps, metal office furniture, etc. Estimated start work date
  is February 3, 1997. Contract performance time is 60 calendar
  days. Government's estimate is between $25,000.00 and $100,000.00.
  This contract is NOT set-aside for small business pursuant
  to Public Law 100-656, Small Business Competitive Demonstration
  Act.
CITE: (M-355 SN014310)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Prison Camp, Allenwood, Regional Contracting
  Office, P.O. Box 1000, Montgomery, PA 17752
SUBJECT: Y--EXPANSION OF FCI LORETTO
SOL IFB 114-0099
DUE 022597
POC Anne E. Wagner, Regional Contract Specialist, 717-547-1641,
  extension 545
DESC: PreSolicitation Notice: Contractor shall construct a new
  Segregation Housing Unit, a general Population Housing Unit,
  and a new Warehouse. Renovation of the existing Food Service
  area and construction of an addition to the Food Service area
  will also be completed. Also under an alternate bid the contractor
  may be required to construct an addition to the existing Receiving
  and Discharge Unit and renovations to the existing Receiving
  & Discharge Unit. The construction site will be at the Federal
  Correctional Institution located at Loretto, Pennsylvania,
  Cambria County. A firm fixed-price contract award is anticipated
  in Spring 1997 with a completion period of 720 calendar days.
  This procurement is unrestricted, open to both large and small
  business. Estimated price magnitude is between $5,000,000 and
  $10,000,000. Security investigation/clearance is required.
  Bid packages will be available from the firm of Kostecky Group,
  224 North Front Street, Wormleysburg, PA 17043. A non-refundable
  bid document charge of $575.00 is required. SIC is 1542.
CITE: (I-355 SN014336)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31401
SUBJECT: Y--SOF SUPPORT BATTALION COMPLEX - FORT BRAGG, NC
SOL DACA21-97-B-0019
DUE 021097
POC David Reveley (Technical Questions) 912/652-5764 Linda Elliott
  (Contractual Questions) 912/652-5076.
DESC: Description of work: Construct a new Organizational Direct
  Support (DS) Maintenance Facility, Supply and Medical Warehouse,
  and two Company Operations Facilities to include intrusion
  detection systems, fire detection and protection systems. The
  DS Maintenance Facility will include a vehicle maintenance
  shop, oil storage building, deployment storage shop, hardstands
  and organizational vehicle parking. Supporting facilities include
  non-organization vehicle parking, sidewalks, curbs, gutters,
  storm drainage erosion control, utility services, landscaping,
  and information systems. Heating and air conditioning (100
  kw) will be provided by a self-contained system. Network Analysis
  System will be required. Estimated cost range of project is
  from $10,000,000 to $25,000,000. Charge for solicitation documents
  is $85. Make check payable to F&A Officer. Solicitation documents
  will be available January 10, 1997 (approx.). In order to receive
  documents in a timely manner, requests should be received by
  December 31, 1996. This solicitation is issued on an unrestricted
  basis pursuant to the "Business Opportunity Development Reform
  Act of 1988" (Public Law 100-656). Only written requests for
  plans and specifications will be accepted. State area code,
  telephone number, street address and nine-digit zip code. Plans
  and specifications are available Monday through Friday, 8:30
  A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia
  31401-3640.
CITE: (I-355 SN014349)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of State, Foreign Buildings Operations,
  A/FBO/AP/AD, Room L-600, Box 12248, Rosslyn Station, Arlington,
  Virginia 22219
SUBJECT: Y--Y--PRE-QUALIFICATION OF OFFERORS FOR RENOVATION OF
  THE FUTURE CHANCERY BUILDING (OBC) IN LJUBLJANA, SLOVENIA
SOL S-FBOAD-97-R-0025
DUE 020597
POC Mark J. Toler, (703) 875-6291 or facsimile 875-6292.
DESC: The Department of State, Office of Foreign Buildings Operations
  (A/FBO), is seeking to pre-qualify offerors for the renovation
  of a building to become the U.S. Chancery Building (OBC) in
  Ljubljana, Slovenia. The Chancery Building is four stories
  high, plus a basement and attic and the entire 2,000 square
  meter structure will be renovated. The OBC is unoccupied at
  this time and will remain so during the project. A four-story
  plus basement addition for emergency egress, bathrooms and
  circulation will be constructed in the rear of the OBC. The
  building addition had been designed for the seismic zone in
  Ljubljana and the existing structure will be seismically retrofitted
  for the same zone. The building will be air conditioned and
  an entirely new mechanical and electrical system will be installed.
  New concrete floors will be installed on all floors except
  the basement. New standpipe for fire protection and a sprinkler
  system will be constructed and installed. The existing ground-floor
  balcony will be reconfigured into the OBC's main entrance.
  New fencing around the entire site and guard booth will be
  constructed. The entire site will be lanscaped. The performance
  period will be 18 months. The project's estimated value is
  between $6,000,000 and $8,000,000. Prospective offerors must
  meet the following pre-qualification criteria and provide details
  of their qualifications in writing in order to be pre-qualified
  and receive the solicitation: A). Demonstrate the ability to
  successfully finance a project of this magnitude, including
  the ability to obtain the necessary bonding and insurance for
  a project of this size; B). Demonstrate experience in completing
  similar construction/renovation type projects between $6,000,000
  and $8,000,000; C). Demonstrate successful completion of projects
  of similar value and complexity which were performed outside
  the continental United States, Alaska, and Hawaii; D). Demonstrate
  satisfactory performance on a similar U.S. Government contract,
  if any. Although previous or ongoing performance of a U.S.
  Government contract is not a requirement, if such contracts
  have been performed, the contractor must have satisfactorily
  performed said contracts. All pre-qualified offerors, including
  all entities which comprise a joint venture, must possess,
  or be able to obtain, a Department of Defense (DOD) final SECRET
  Facility Security Clearance (FCL), issued in accordance with
  the National Industrial Security Program Operating Manual,
  DOD 5220.22M, prior to issuance of the solicitation. Specifically
  designated personnel assigned to this contract must also possess
  SECRET personnel clearances issued by the Defense Industrial
  Security Clearance Office. If pre-qualified offerors do not
  possess the necessary DOD Facility Security Clearance, they
  will be sponsored by the Department of State. A period of not
  more than 120 days from the date of pre-qualification will
  be allowed for prospective offerors to obtain the necessary
  security clearances. After this period, the Government will
  not be obligated to delay solicitation issuance or contract
  award, pending the issuance of necessary security clearances.
  Interested applicants must request a "Pre-Qualification Package"
  from Mr. Mark J. Toler at (703) 875-6292 (fax), (phone), within
  20 days of publication of this notice. Fax requests only. Offerors
  shall submit an original and two copies of the completed pre-qualification
  information to: U.S. Mail Address: U.S. Department of State,
  Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, SA-6,
  Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, Virginia
  22219; Courier/Overnight Mail Address: U.S. Department of State,
  Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, SA-6,
  Room L-600, Attention Mark J. Toler, 1700 N. Lynn Street, Arlington,
  Virginia 22209. Completed pre-qualification packages must be
  received by February 5, 1997.
CITE: (I-355 SN014372)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Operational Contracting Office, 8110 Industrial Dr.,
  Suite 200, USAF Academy, CO 80840-2315
SUBJECT: Y--REPLACE VALVES AT HEAT PLANT #1, PROJ 97-2012
SOL F0561197R0256
DUE 012797
POC Karen Whalen, (719) 333-2734/Contracting Officer MSgt Steven
  C. Gess, (719) 333-2735
DESC:  Project consists of, but is not limited to, installing
  eleven 300-class, government-furnished gate valves for boilers
  and expansion tank at Heat Plant #1, Bldg 2560, United States
  Air Force Academy CO.  The first 30 days of performance is
  administrative.  On-site work is also 30 days, but will start
  on or about 20 May 97 for asbestos removal.  The heat plant
  is scheduled to shut down from 2 Jun 97 - 16 Jun 97 for valve
  replacement.  This acquisition is between $25,000 and $100,000.
   The site visit is scheduled for 13 Jan 97, 9:00 a.m., 8110
  Industrial Drive, Conference Room A.  This request for quotation
  is reserved for small businesses.  Responsible sources may
  request this solicitation in writing or by fax (719 333-4747)
  including their business size, street address and telephone
  number.  For informational purposes the 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 1711.  The Request for Quotation (RFQ) is tentatively
  scheduled for issuance on or about 6 Jan 97.  The anticipated
  award date is 10 Feb 97.  Copies of this RFQ are limited to
  20.  Availability is on a first-come-first-served basis.  Concerns
  may review the RFQ at this address.
CITE: (W-355 SN014384)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Public Buildings Service,450
  Golden Gate Ave nue,San Francisco,CA 94102-3434
SUBJECT: Z--MULTIPLE AWARD IQ R&A TERM
SOL GS-09P-97-KSD-0031
DUE 040197
POC Contact,Militza A. Jennings,/-
DESC: Provide all labor, material, supervision, equipment and
  tools necessary for general repairs, alterations and minor
  construction to Government owned and lea sed facilities within
  a specified zone.  This will be an Indefinite Quantity Con
  struction Contract with the ability to perform associated design
  and contract ma nagement services for construction projects
  ranging from approximately $2,000.00 to $1.6M. Offerors will
  be evaluated using the source selection procedures/ gre atest
  value method outlined in the solicitation.  The Government
  may make multip le awards and estimates to make up to four
  awards under the subject solicitation for each of the following
  zones and estimated maximum ordering limitations:  Ar izona/San
  Diego ($15M); Northern California ($15M); Central Valley of
  California ($15M); Hawaii ($8M) and California/Arizona/Nevada
  mechnical and electrical ($1 0M).  Individual delivery orders
  exceeding $10,000.00 may be competed among the selected firms
  under the contract unless the Government deems otherwise on
  an in dividual task order basis.  The contracts will be for
  one year base period with four (4) one (1) year options, unilateral
  on the part of the Government.  Bid/pe rformance/ payment bonds
  are required.  This is a small business set-aside. The solicitation
  under No. GS-09P-97-KSD-0031 will be available on or about
  February 10, 1997.  Copies of this solicitation may be requested
  by FAX (415) 522-3118, Attn: M. Jennings or in writing to GSA,
  9PMFC, 450 Golden Gate Avenue, 4th Floor , San Francisco, CA
  94102.  Telephone requests will not be accepted.  This is a
  new requirement and therefore previous history for this procurement
  is not avail able.  A preproposal conference will be held on
  a date and time to be announced in the solicitation.
CITE: (I-354 SN014000)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Defense Personnel Support Center, Attn: DPSC-PBB, Bldg.
  6-1-D, 2800 South 20th Street, Philadelphia, PA 19145-5099
SUBJECT: Z--REPAIR LABORATORY FUME HOODS
SOL SP010397Q0015
POC Kathy Arabia, Contract Specialist/215-737-2252, Frank Holder,
  Contracting Officer/215-737-2257
DESC: The Defense Personnel Support Center, Philadelphia, PA
  has a requirement to repair ten (10) laboratory fume hood systems
  including hoods, fans, ductwork, water piping, drains, electrical
  work, controls, demolition, general construction, testing and
  other work, etc.  All requests for quotation must be sent to
  the Defense Personnel Support Center, ATTN:  Kathy Arabia/DPSC-PBB,
  2800 South 20th Street, Philadelphia, PA  19145. 
EMAILADD: karabia@dpsc.dla.mil
EMAILDESC: 
CITE: (W-355 SN014170)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center
  (SSC), MS 39529-6000
SUBJECT: Z--E-1 ELECTRICAL DISTRIBUTION
SOL RFO 13-SSC-O-96-39
DUE 021697
POC Jerry Misch, 601/688-1634, Contracting Officer: Harold G.
  Taulbee, 601/688-1640
DESC:   NASA/SSC intends to issue a Request for Offer (RFO) for
  the Modification of the E-1 Test Complex Electrical Distribution
  at the Stennis Space Center. The work to be performed under
  this project consists of providing all labor, equipment, and
  materials to provide all of the electrical distribution for
  the E-1 Test Complex.  Work shall include 13.8 switchgear/transformer
  installa- tion, motor control centers of various sizes electrical
  wiring and distribution, lighting, panel installation and
  cable trays. The Specification and Drawings will be mailed
  under separate cover to those firms requesting copies. This
  solicitation will be released via the NASA Acquisition Internet
  Service (NAIS).  All potential offerors will be responsible
  for downloading their own copy of the solicitation with hardcopies
  being made available on request, but the closing date will
  be the same as that required for the NAIS released solicitation.
   It shall be the responsibility of each offeror to monitor
  NAIS for solicitation releases as the solicita- tion will
  be released as soon as practicable whether prior or subsequent
  to January 3, 1997.  This procurement is not set-aside for
  Small Business Concerns.  The estimated price range of this
   procurement is $1,000,000 to $4,999,999. Transmission of requests
   by internet E-mail to jerry.misch@ssc.nasa.gov or by facsimile
  at 601-688-1852 are acceptable.  An ombudsman has been appointed
  to hear concerns from offerors, potential offerors, and contractors
   during the preaward and postaward phases of this acquisition.
   The purpose of the ombudsman is not to diminish the authority
  of the contracting officer, or the selection official, but
  to communicate concerns, issues, disagreements, and recommendations
  of interested parties to the appropriate Government personnel
  and to work to resolve them.  When requested, the ombudsman
  will maintain strict confidentiality in the evaluation of
  proposals, the source selection process, or the adjudication
  of formal contract disputes.  Interested parties are invited
  to call the installation ombudsman, Mr. Mark Craig at 601-688-2123.
   Concerns, issues, disagreements, and recommendations which
  cannot be resolved at the installation may be referred to
  the NASA ombudsman, Mr. Tom Luedtke at 202-358- 2090. Before
  consulting with any ombudsman, interested parties must try
  to resolve their concerns with the Contract Specialist or the
   Contracting Officer. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION
  RE- QUESTS/INFORMATION.
EMAILADD: jerry.misch@ssc.nasa.gov
EMAILDESC: 
  this job.
CITE: (W-355 SN014174)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of Agriculture, Agricultural Research
  Service, Room 616A, 6303 Ivy Lane, Greenbelt, Maryland 20770-
  1433
SUBJECT: Z--CONSTRUCTION, DEMOLITION, AND RENOVATION OF BUILDING
  NO. 004, BELTSVILLE AGRICULTURAL RESEARCH CENTER, BELTSVILLE,
  MARYLAND
SOL 8196-3K15-96
DUE 011097
POC Contracting Officer, Kathleen Morris, 301-344-0245
DESC: Z--Solicitation Notice.  The Government intends to issue
  a Request for Proposal (RFP) for technical and cost proposals
  for construction, renovation of Building 004, Beltsville Agricultural
  Research Center-West, Beltsville, Maryland.  The work will
  include providing all labor, material, equipment, supplies,
  transportation, etc., for demolition and renovation of a 3-story,
  plus attic, 38,920 S.F. building to support agricultural research.
   The laboratory/office building will house three research groups.
   Research will be supported by an insectary, soil handling
  room, environmental rooms, walk-in boxes, and other laboratory
  support areas.  Also included are building additions for mechanical
  and electrical equipment.  The estimated cost of construction
  is between $5,500,000-$6,500,000.  Seven bid alternates are
  included.  The time for completion of construction is 480 calendar
  days after the notice to proceed is issued.  Sets of plans
  and specifications will be available for a NONREFUNDABLE charge
  of $150 (check or money order made payable to USDA, Agricultural
  Research Service).  A written request specifying the solicitation
  number, along with the check or money order, shall be submitted
  to Bernard Johnson Young, Inc., 6705 Rockledge Drive, 3rd Floor,
  Bethesda, Maryland 20817-1572, Attention: Brad Linden.  The
  solicitation is scheduled to be issued on or about January
  10, 1997, with proposals due on or about February 11, 1997.
   Proposals will be requested in accordance with Federal Acquisition
  Regulations Part 15, Contracting by Negotiation.  A preproposal
  site inspection will be conducted January 27, 1997. No formal
  bid opening will be conducted.  Offers will be evaluated on
  the basis of technical and cost as specified in the solicitation.
   The Government reserves the right to award without discussions.
   The following FACTORS shall be the basis for evaluation and
  award:  1-Experience/Past Performance; 2-Work Plan; 3-Project
  Staffing; 4-Contract Administration; 5- Subcontractors/Equipment;
  6-Price and Related Issues.  An additional breakdown of the
  FACTORS and relevant points, are set forth in the solicitation.
CITE: (I-355 SN014179)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REPLACING OF GARAGE DOORS IN WHERRY HOUSING, EGLIN
  AFB, FL
SOL F08651-97-B-0044
DUE 021897
POC Bertha M. Burns, Contract Specialist, 904-882-5628, EXT 5268,
  Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB, FL has a requirement for Replacing Garage Doors
  in Wherry Housing at Eglin AFB, FL.  Bid opening date of 18
  February 1997 is only an estimated date.  The performance period
  is 120 calendar days.  In general, the work shall consist of
  the removal of existing metal garage doors, door tracks, door
  accessories, and hardware and removal of certain existing wood
  framing and trim for the garage door openings.  Installation
  of new metal garage doors, tracks, door accessories and hardware.
   Installation of new wood framing and trim for the garage doors.
   Patching and finishing of surfaces as required by replacing
  of doors.  Painting of new surfaces.  Estimated dollar range
  is between $25,000 and $100,000.  All responsible sources may
  submit a bid that shall be considered by the agency.  Firms
  responding should indicate if they are a small business.  Solicitation
  packages are available at a $20.00 charge.  All requests must
  be submitted in wringing.  Make check/money order payable to
  DFAS-LI, DSSN 6671, and mail along with your written request
  to AFDTC/PKO, 205 West D Avenue, Suite 541, Eglin AFB, FL 32542-6862.
   No telephone requests for solicitation packages are acceptable.

CITE: (W-355 SN014189)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Prop. Development,Procurement Br. (WPCA),7th
  & D Sts., SW, RM 2634 ,Washington,DC 20407
SUBJECT: Z--NEW LIGHTING IN MAIN HALL OF NATIONAL
SOL GS-11P-97-MKC-0006
DUE 021497
POC Contact,Bonnie Echoles,202/708-8517,Contracting Officer,Joy
  A. Walker,202/7 08-8517
DESC: SOL. GS-11P97MKC0006, New Lighting in Main Hall of the
  Nat'l Bldg Museum in Wash., DC. Bid Invitation Date: 01/15/97.
  Estimated Cost Range: $500,000 to $1. 0 Million.  Description
  of Work:  To provide overhead lighting in great hall and 1st
  & 2nd floor corridors.  This solicitation is not set-aside
  for small busine ss.  However, this procurement is being made
  under the Small Business Competitiv eness Demonstration Program.
   Women-owned businesses are encouraged to submit bi ds and
  so state that they are women-owned.  Copies of the solicitation
  may be ob tained by writing to GSA, NCR, ROB, Procure- ment
  Branch (WPCA), 7th & D Streets , SW, Rm 2609, Washington, DC
   20407; or by telephone on (202)708-9903; or by fa csimile
  on (202)401-2003.
CITE: (I-355 SN014193)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway,
  Mail Stop #82, Lester, PA 19113-2090
SUBJECT: Z--PHASE II ASBESTOS/LEAD ABATEMENT, FT WADSWORTH AND
  FLOYD BENNETT FIELD, NAVAL STATION, STATEN ISLAND, NY
SOL N62472-96-B-0015
DUE 032497
POC NINA FERRARO, Contract Specialist, 610-595-0633.
DESC: This is a Pre-Solicitation Notice: Bidders/Offers interested
  in obtaining plans and specification for this project, must
  send their request on company letterhead, stating if they are
  bidding as a prime contractr or sub-contractor/supplier along
  with a Company check, Cashier's check, Money Order and Visa
  or Mastercard can also be used for payment in the amount of
  $43.00 to: DEFENSE AUTOMATED PRINTING OFFICE, PHILADELPHIA
  NAVAL BASE, BUILDING 77-L, PHILADELPHIA, PA 19112. NORTHERN
  DIVISION IS NOT ISSUING THE PLANS AND SPECIFICATION. Each check
  must be made payable to the U.S. Treasury and annotated with
  the applicable solicitation number. Two sets of plans and specification
  will be sent via First Class U S mail upon availability to
  those contractors who have tendered payment. If a contract
  number is not annonated as required or your check is not made
  payable to the U.S. Treasury, your check will be returned unprocessed.
  NO PERSONAL CHECKS WILL BE ACCEPTED. NO PLANS AND SPECIFICATION
  WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. If you
  would like information on the mailing of the solicitation package
  via expedited courier service please contact: Donna Szlener
  at (215) 897-6551. General Description: The work includes the
  removal and disposal of asbestos containing floor tile, pipe
  and fitting insulation, plaster, transite shingles, transite
  chimney covers and flue packing. The removal and disposal of
  lead base paint components from walls, ceilings, baseboards,
  doors, windows, cabinets, floors, hitches, nooks, railings,
  pipes, poles and soffit and fascia. The provisions of installing
  new, painting and encapsulating of items with non asbestos
  and non lead containing materials and incidental related work.
  Estimated cost range: $1,000,000.00 - $5,000,000.00. The Sic
  Code is 1799 and the small business size standard is (7.0 million)
  are applicable to this contract. The proposed contract (solicitation)
  will be issued as unrestricted and the subject solicitation
  is subject to evaluation criteria set forth in DFAR 252.219-7003
  - Notice of Evaluation Preference for Small Disadvantaged Business
  Concerns-Construction Acquisitions-Test Program (APR 1996).
  For technical questions concerning the plans and specifications,
  please faxed questions to Nina Ferraro at (610) 595-0644. DO
  NOT FAXED REQUEST TO SHEILA BROWN, SHE IS NOT ISSUING THE PLANS
  AND SPECIFICATION.
CITE: (I-355 SN014220)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway,
  Mail Stop #82, Lester, PA 19113-2090
SUBJECT: Z--REPAIR TO HANGAR #1, ROOF DRAINAGE, NAVAL AIR WARFARE
  CENTER, LAKEHURST, NJ
SOL N62472-96-B-0452
DUE 022097
POC Lou DiGeambeardino, Contract Specialist, 610-595-0626.
DESC: This is a Pre-Solicitation Notice: Bidders/Offerors interested
  in purchasing the plans and specification for this project,
  must send in their request on company letterhead, state if
  they are bidding as a prime contractor or sub-contractor/supplier
  along with a Company Check, Cashier's check or Money Order.
  Visa and Mastercard can also be used to purchase the plans
  and specification in the amount of $31.00 to: DEFENSE AUTOMATED
  PRINTING OFFICE, PHILADELPHIA NAVAL BASE, BUILDING 77-L, PHILADELPHIA,
  PA 19112. Each check must be made payable to the U. S. Treasury
  and annotated with the applicable solicitation number. Two
  sets of plans and specifications will be sent via First Class
  U.S. Mail upon availability to those contractors who have tendered
  payment. If a contract number is not annotated as required
  or your check is no made payable to the U.S. Treasury, your
  check will be returned unprocessed. NO PERSONAL CHECK WILL
  BE ACCEPTED. If you would like information on the mailing of
  the solicitation package via expedited courier service, please
  contact: Ms Donna Szlener at (215) 897-6551. NO PLANS AND SPECIFICATION
  WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. GENERAL
  DESCRIPTION: The work is to remove existing sump boxes at main
  roof, rerouting existing rainwater PVC conductor and remove
  80 metal divider panels between gutter boxes, installing 80
  new roof drain with adhered EPDM at roof gutter area. Estimated
  cost range: $250,000.00 - $500,000.00. The Sic Code is 1761
  and the small business size standard is (7.0 million) are applicable
  to this contract. The proposed contract (solicitation) will
  be issued as unrestricted and the solicitation is subject to
  evaluation criteria set forth in DFAR 252.219-7003 - Notice
  to Evaluation Preference for Small Disadvantaged Business Concerns
  - Construction Acquisitions - Test Program (APR 1996). For
  technical questions only concerning the subject notice please
  faxed in to Lou DiGeambeardino at (610) 595-0644. DO NOT FAXED
  REQUEST TO SHEILA BROWN, SHE IS NOT ISSUING THE BID PACKAGES.
CITE: (I-355 SN014226)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Public Buildings Service,450
  Golden Gate Avenue, San Francisco, CA  94102-3434
SUBJECT: Z--MULTIPLE AWARD IQ R&A TERM
SOL GS-09P-97-KSD-0031
DUE 040197
POC Contact,Militza A. Jennings,415/522-3343,Contracting Officer,Militza
  A. Jennings,415/522-3343
DESC: Provide all labor, material, supervision, equipment and
  tools necessary for general repairs, alterations and minor
  construction to Government owned and lea sed facilities within
  a specified zone.  This will be an Indefinite Quantity Con
  struction Contract with the ability to perform associated design
  and contract ma nagement services for construction projects
  ranging from approximately $2,000.00 to $1.6M. Offerors will
  be evaluated using the source selection procedures/ gre atest
  value method outlined in the solicitation.  The Government
  may make multip le awards and estimates to make up to four
  awards under the subject solicitation for each of the following
  zones and estimated maximum ordering limitations:  Ar izona/San
  Diego ($15M); Northern California ($15M); Central Valley of
  California ($15M); Hawaii ($8M) and California/Arizona/Nevada
  mechnical and electrical ($1 0M).  Individual delivery orders
  exceeding $10,000.00 may be competed among the selected firms
  under the contract unless the Government deems otherwise on
  an in dividual task order basis.  The contracts will be for
  one year base period with four (4) one (1) year options, unilateral
  on the part of the Government.  Bid/pe rformance/ payment bonds
  are required.  This is a small business set-aside. The solicitation
  under No. GS-09P-97-KSD-0031 will be available on or about
  February 10, 1997.  Copies of this solicitation may be requested
  by FAX (415) 522-3118, Attn: M. Jennings or in writing to GSA,
  9PMFC, 450 Golden Gate Avenue, 4th Floor , San Francisco, CA
  94102.  Telephone requests will not be accepted.  This is a
  new requirement and therefore previous history for this procurement
  is not avail able.  A preproposal conference will be held on
  a date and time to be announced in the solicitation.
CITE: (I-355 SN014250)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Engineering Field Activity, Chesapeake,
  901 M Street, SE, Bldg. 212, Washington Navy Yard, Washington,
  DC  20374-5018
SUBJECT: Z--OFFICERS QUARTERS RENOVATION, PHASE 4, U.S. NAVAL
  ACADEMY, ANNAPOLIS, MARYLAND
SOL N62477-95-R-0083
DUE 021197
POC Sandra K. Soderstrom, Contracting Officer, (202)685-3160
DESC: PRE-SOLICITATION NOTICE:  This is a REQUEST FOR TECHNICAL
  PROPOSALS as a BEST VALUE SOURCE SELECTION PROCUREMENT.  Evaluation
  for award will be based on price and other non-priced factors
  which may incude, but are not limited to:  Technical/Management
  Factors to include Relevant Experience in the renovation of
  historic housing involving removal of hazardous materials-specifically
  lead paint and asbestos; Project Staffing; Work Plan, Subcontracting
  Plan; together with Past Performance evaluation.  The project
  acquisition is UNRESTRICTED with Standard Industrial Classification
  code (SIC) as 1521 - General Contractors - Residential Buildings.
   The size standard is $17 million.  The work includes, but
  is not limited, selective interior repairs to single family
  housing units and duplex housing units. Interior repairs include
  plaster repair and replacement, upgrading of bathrooms and
  kitchens, repainting of all painted surfaces, repair and upgrading
  of all floor surfaces, replacement of electrical, mechanical,
  and plumbing systems, and abatement of hazardous materials.
   There is minor exterior work involving replacement of selected
  skylights and dormer windows and installation of vents through
  the roof.  Requests for plans and specifications must be made
  in writing accompanied with a check in the amount of $165.00
  made payable to the order of U.S. Treasury, c/o EFA Chesapeake,
  mailed or delivered to the above address.  The charge is non-refundable.
  Contractors within the local area are encouraged to pick up
  a copy of the solicitation in the plans and specs office, 1st
  floor, Building 212.  The hours of operation are between 7:30
  and 3:30 p.m. Monday through Friday.  Requests for bidders
  list must be made separately. There is no charge for bidders
  list.  Please note, the plans and specs will issued on a first-come,
  first-served basis.  The projected date for issuance is 8 January
  1997 with an estimated date for receipt of proposals 11 February
  1997.
CITE: (I-355 SN014262)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box
  21747, 709 W.  9th Street, Room 817, Juneau, Alaska 99802-1747
SUBJECT: Z--REPLACE BEAR CREEK BRIDGE AT USCG COMMUNICATIONS
  STATION KODIAK, ALASKA
SOL DTCG87-97-B-643030
DUE 022097
POC R. B. Wade, Contracting Officer, (907)463-2418
DESC: DTCG87-97-B-643030 - Replace Bear Creek Bridge, USCG Communications
  Station Kodiak, Alaska.  Provide all materials, equipment,
  transportion, incidentals to perform labor for the removal
  and replacement of an existing bridge, and realign road to
  allow for larger vehicle access across Bear Creek.  Work includes,
  but is not limited to removal of existing steel frame/steel
  plater deck bridge and wood footings, installatikon of new
  pressure treated, timber brige and realignment of existing
  road roadway.  The estimated cost range for this project is
  between $125000 and $250000.  The time for completion of this
  contract is 150 calendar days after notice of award.  The work
  required by this solicitation is identified as Industry Standard
  #1611 and the applicable size standard is $7.0 million dollars
  in annual receipts for the past three years.  This procurement
  is issued pursuant to the Small Business Competitiveness Demonstration
  Program, Public Law 100-656, as implemented by the OFPP Policy
  Directive and Test Plan dated 8/31/89.  This is not a small
  business set-aside.  All responsible sources may submit a bid
  which shall be considered by the U. S. Coast Guard. Requests
  for bid documens must be submitted and received by this office
  no later than 9 January 1997.  For Minority, Women-Owned and
  Disadvantaged Business Enterprises:  The Department of Transportation
  (DOT), Office of Small and Disadvantaged Business Utilization
  (OSDBU), has a program to assist minority, women-owned and
  disadvantaged business enterprises to acquire short-term working
  capital assistance for transportation-related contracts. This
  is applicable to any eligible prime or subcontractor at any
  tier.  The DOT Bonding Assistance Program enables firms to
  apply for bid, performance and payment bonds up to $1.0 million
  per contract.  The DOT provides an 80% guarantee of the bid
  bond amount to a surety against losses.  Loans are available
  under the DOT Short Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing.  The maximum
  line of credit is $500,000.  For further information and applicable
  forms concerning the STLP, call the OSDBU at (800) 532-1169.
   Interested parties can obtain a bid package by sending a check
  or money order issued to the U. S. Coast Guard in the amount
  of $25.00 to Commanding Officer (ko), Civil Engineering Unit,
  P.O. Box 21747, Juneau, AK  99802-1747.  This is a non-refundable
  fee for the plans and specifications.    R. Wade/CEUJuneau@internet.uscg.mil
   Civil Engineering Unit
CITE: (D-355 SN014268)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH
  STREET, KANSAS CITY MO 64106-2896
SUBJECT: Z--LEVEE REPAIR COOPER COUNTY L.D. NO. 1 ITEM NO. 44
  COOPER COUNTY, MISSOURI
SOL DACW41-97-B-0010
DUE 021897
POC Contract Specialist Winifred A. Dyer (816) 426-5542 (Site
  Code DACW41)
DESC: The work to be performed consists of accomplishing in-place
  repairs consisting of sidewash and constructing one levee section
  realignment. These repairs are estimated to require 108,000
  CY of fill material and 57 acres of seeding and mulching. Soliciations
  will be issued on or about 15 January 1997. Bids will be opened
  on or about 18 February 1997. Estimated time of completion:
  30 Days. Estimated cost of proposed procurement: between $100,000.00
  and $200,000.00. SIC Code: 1629. Cost of Specifications:$25.00
  (Non-Refundable). Contact the administrative support staff
  at 816-426-5344 for information regarding specifications. SPECIFICATIONS
  WILL NOT BE ISSUED UNTIL PAYMENT IS RECEIVED IN THIS OFFICE.
  Make check payable to the Corps of Engineers, Omaha District.
  Please provide a street address when requesting specifications
  available for this solicitation. Questions of a technical nature
  may be addressed to Marge Debrt at 816-426-6135. Questions
  of a contractual nature may be addressed
CITE: (I-355 SN014280)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DIRECTORATE OF CONTRACTING, DPW SUPPORT DIV - BLDG 116,
  FORT RUCKER AL 36362-5029
SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR ROUTINE
  MAINTENANCE AND REPAIRS TO FAMILY HOUSING DWELLINGS, FORT RUCKER,
  AL
SOL DABT01-97-B-0001
DUE 022497
POC Contract Specialist MARTHA DIXON (334) 255-1588, FAX NO.
  (334) 255-1231 (Site Code DABT01)
DESC: Furnish all labor, equipment and materials to provide interior
  painting, floor refinishing, floor replacement (hardwood),
  gypsum wallboard replacement, kitchen countertops replacement,
  wood facing, baseboard, HVAC duct installation, accordion door
  relacement, ceramic tile, wall tile, and base replacement.
  There will be Government Furnished Property included in this
  project. The contract period consist of a Base Year (12 consecutive
  months from the contract award date) with two, one-year options.
  The aticipated issue date is on about 22 Jan 97, with bid openning
  on/about 24 Feb 97. The guaranteed minimum quantity of work
  which will be required under this contract, and which will
  be ordered by issuance of one or more delivery orders is $60,000.00
  for the life of the contract, including options. The proposed
  acquisition is between $5,000,000.00 and $10,000,000.00, including
  options. When calling, be prepared to state ame, address, and
  solicitation number (Facsimile requests are acceptable, Facsimile
  Number (334) 255-1231). All responsible sources may submit
  a bid which will be considered.
CITE: (I-355 SN014281)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Postal Service, Facilities Service Office, 222 S.
  Riverside Plaza, Suite 1200, Chicago, IL 60606-6150
SUBJECT: Z--GENERAL CONSTRUCTION WORK, INDEFINITE QUANTITY CONTRACT,
  CHICAGO METRO AREA, ZIP CODES 606-607
SOL 162640-97-A-0013
DUE 012797
POC Contact Point. Teri Wilcox-DuBois, 312/669-5974 or Frederick
  W. Gleave, 312/669-5995
DESC: Contract term is two (2) years.  Work will be done on work
  orders issued for amounts and types of work. Offer will be
  a multiplier of the unit prices.  Multiplier must contain offeror's
  overhead, profit and all other costs of doing business.  Contract
  will be for general construction work on various postal facilities
  at predetermined unit prices.  Specific work orders will be
  issued for not less than $500 each nor more than $250,000 each
  during this contract.  Total quantity of work under this contract
  will not be less than $10,000 nor more than $300,000.  The
  initial limit of $300,000 may be increased, if required, up
  to a maximum of $1,000,000 over the two (2) year period. One
  or more contracts may be awarded at the discretion of the Contracting
  Officer.  Evaluation factors in addition to price will be considered
  as follows: 1. General Experience; 2. Financial Stability 3.
  Current workload capacity. Contractor's failure to provide
  requested information will result in an evaluation of "poor"
  for all applicable areas not submitted.  Contract completion
  time will be twenty-four (24) months from the date of receipt
  of Notice to Proceed.  Specifications will be available on
  or about December 27, 1996. Specifications will be provided
  for a non-refundable charge of $30.00 (Cashier's check, Money
  order, Bank certified check, Company check or Personal check)
  NO CASH, for all requests received no later than January 20,
  1997. Solicitation(s) may be obtained by request to Teri Wilcox-DuBois,
  312/669-5974.
CITE: (I-355 SN014288)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 81 CONS/LGCC, 200 FIFTH STREET, ROOM 104, KEESLER AFB,
  MS 39534-2102 Attn:/Kathleen Dellenger
SUBJECT: Z--RENOVATE DOLAN HALL
SOL F2260097B0028
DUE 022097
POC Kathleen Dellenger tel: 601/377-1818/Robert F. Winland, Contracting
  Officer, 601-377-3642
DESC: The project consists of all crafts required to perform
  renovation, to include generally but not limited to, interior
  finishes, electrical, mechanical, site work, asbestos and lead-based
  paint abatement, at Dolan Hall located at Keesler AFB, MS.
  Magnitude of proposed construction is between $1,000,000. and
  $5,000,000.  This action will be issued on an unrestricted
  basis.  Therefore, replies to this office are requested from
  all interested business concerns.  Project requirement will
  be made available on or about 20 Jan 97.  The estimated bid
  opening is 20 Feb 97.  Cost for the IFB package is $100.00
  nonrefundable, which should be submitted with the request by
  certified check or money order only, made out to Keesler Accounting
  and Finance Office. All requests for plans and specifications
  must be submitted in writing by letter or fax to (601-377-3298
  or 601-377-1811).
CITE: (I-355 SN014289)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 122LS/LGC--Operational Contracting, Indiana Air National
  Guard, 3005 W. Ferguson Road--Bldg. #758, Ft. Wayne Int'l Airport,
  IN 46809-0122
SUBJECT: Z--REPLACE BOILER SYSTEM, BLDG. #798
SOL DAHA12-97-B-3001
DUE 020497
POC SSgt Michael C. Nagel, (219) 478-3463, Contracting Officer,
  SMSgt Michael R. Lents, (219) 478-3265.
DESC: Proposed project consists of furnishing all necessary plant,
  labor, materials, supplies, equipment and services required
  to remove and replace existing boiler at Building 798, Base
  Motor Pool at the Indiana Air National Guard Base at Fort Wayne
  International Airport, Fort Wayne, Indiana. The SIC Code is
  1711 and the size standard is a concern, including it's affiliates,
  having average annual gross revenues for its preceding three
  (3) fiscal years not in excess of $17M. The magnitude of this
  project is between $25,000.00 and $100,000.00. It is anticipated
  that the solicitation will be issued o/a 02 Jan 1997 and opened
  04 Feb 1997. Telephone requests will not be honored. The  
  Government intends to award a Firm-Fixed price contract, interested
  firms may request a bid package by submitting a written request
  to the above address or a FAX request to (219) 478-3412. Requests
  should include Commercial and Government Entity (CAGE) Code,
   Dun & Bradstreet Number (DUNS) and should indicate interest
  in bidding as a prime or as a subcontractor. See Note 1.
CITE: (M-355 SN014294)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA McAllen CSC, 320 N. Main, Room 106, McAllen, Texas
  78501
SUBJECT: Z--SITE IMPROVEMENTS
SOL GS-07P-97-UJC0006
DUE 013197
POC Louis Carrol, (210) 618-8125, Contracting Officer.
DESC: Contractor shall furnish all the necessary supplies, materials,
  equipment, labor, & supervision to accomplish Site Improvements
  at the Pharr Border Station, Pharr, Texas. Proposed acquisition
  provides for a total small business set-aside. Request for
  written quotation. All responsible sources may submit an offer
  which will be considered. Bid opening is set for 31 Jan 1997,
  with 45 day completion period.
CITE: (M-355 SN014302)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, 7800
  N. Stemmons Freeway, Suite 400, Dallas, TX 75247-4217
SUBJECT: Z--AUSTIN, TX 78731-9998--CHIMNEY CORNERS STATION, RENOVATION
  AND ADDITION
SOL 482980-97-A-0314
DUE 011797
POC Anthony Regojo, Project Manager, (214) 819-7216; or Jerry
  Caldwell, (512) 916-0276.
DESC: The project consists of renovation of an existing building
  into full service postal facility. Existing construction is
  masonry walls with masonry backup and steel truss and joist
  roof framing. Work involves demolition, concrete work, structural
  steel, millwork, HVAC, plumbing, electrical, flooring, USPS
  specialties and equipment, retail store and other miscellaneous
  work typical of a postal facility at the Chimney Corners Station,
  Austin, TX 78731-9998. Estimated cost range $1,150,000.00-$1,450,000.00
  and construction time is 240 calendar days. Successful offeror
  must submit their Subcontracting Plan for Small and Minority-Owned,
  and Women-Owned Business initially and   thereafter with their
  progress payment requests. The contractor must subcontract
  with minority business firms in an amount aggregating not less
  than 10% of the total value of its subcontracts. A 20% proposal
  bond is required on all proposals. The successful contractor
  will be required to provide 100% Performance and 50% Payment
  Bonds. All interested contractors are encouraged to attend
  a field inspection of the job site which is located at Far
  West Blvd. and Village Center Drive, Austin, TX 78731-9998
  on January 7, 1997 at 10:00 a.m. Offers will be received in
  this office, prior to, but not later than 3:30 p.m. on January
  17, 1997. Proposal documents, plans and   specifications will
  be available on December 17, 1996 at a cost of $100.00 per
  set (NON-REFUNDABLE) payable by check or money order only.
  Requests for packages shall be forwarded to Brown Reynold Watford
  Architects, 3535 Travis Street, Suite 250, LB 102, Dallas,
  TX 75204-1494, Telephone: (214) 528-8704. Checks or money orders
  must be made payable to BROWN REYNOLD WATFORD ARCHITECTS. Plans
  may be inspected at the issuing office and any questions and/or
  information regarding this solicitation may be obtained by
  calling Mary-Ellen Bothwell at (214) 819-7217. Offerors are
  encouraged to submit their requests for plans and proposals
  by one of the methods offered by the U.S.   Postal Service
  (First Class, Priority Mail, or Express Mail).
CITE: (M-355 SN014313)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom
  AFB, MT 59402-6863
SUBJECT: Z--DEMOLITION AND RENOVATION OF THE INTERIOR AND EXTERIOR
  OF BLDG. 768
SOL F24604 96 B0008
DUE 020597
POC Warren Hart, Contract Administrator, (406) 731-4001, or Russell
  A. Bryan, Contracting Officer (406) 731-4008.
DESC: Work consists of providing all labor, equipment, materials,
  transportation, quality control and supervision necessary for
  demolition and renovation of the interior and exterior of Dormitory
  Bldg 768 to include door and window replacement, installation
  of new standing seam metal roof/fascia/soffit system, installation
  of exterior stucco system, stairwell repairs, upgrade kitchen
  areas and living room, upgrade and repair exterior/interior
  utility systems and site improvements including landscaping
  and irrigation system at Malmstrom AFB MT in accordance with
  the specifications and drawings. Invitation for Bid will be
  issued on or about 6 Jan 97. Bid Opening will be on or about
  5 Feb 97. Performance period is 475  calendar days after issuance
  of Notice to Proceed, with the first 60 days restricted to
  mobilization. The acquisition is open competition for large
  and small business in accordance with the Small Business Competitive
  Demonstration Program. Only written request for the solicitation
  will be considered. All responsible sources may submit an offer
  which shall be considered by the agency. The magnitude of this
  project is between $1,000,000.00 and $5,000,000.00. Standard
  Industrial Code is 1522.
CITE: (M-355 SN014319)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Park Service, New England System Support Office,
  15 State St. Boston, Ma 02109-3572
SUBJECT: Z--WINDOW RESTORATION AT GENERAL GRANT NATIONAL MEMORIAL,
  122ND STREET & RIVERSIDE DRIVE, NEW YORK, NEW YORK
SOL 1443-IB4520-97-003
DUE 020797
POC For plans and specifications contact Lisa Blair via mail
  at National Park Service, Contracting Office-7th Floor, 15
  State Street, Boston, MA  02109-3572 or via facsimile at (617)
  223-5208.  No telephone requests will be accepted.
DESC: The work of this contract includes in-tact removal of nine
  (9) existing, 6' X 7', leaded windows from the interior of
  Grant's Tomb.  Fabrication of nine (9) leaded, purple-glass
  windows identical in design motif and size with repect to existing
  yellow-glass windows.  Government will supply the glass.  Installation
  of newly fabricated purple-glass windows within the main space
  of Grant's Tomb.  The estimated construction range of this
  project is $100,000.00 to $250,000.00.  This solicitation will
  be pursuant to P.L. 100-656, Small Business Competitive Demonstration
  Program, and as such is open to all concerns regardless of
  size.  All requests for solicitation packages must be made
  in writing, either by mailing to the above address or via fax
  at (617) 223-5208, attention Lisa Blair, Procurement Assistant.
   No Telephone Requests For Bid Packages Will Be Accepted. 

CITE: (W-355 SN014387)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--AUTOMATIC SEAR ASSEMBLY.
SOL SP0750-97-Q-0544
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Shirley Spratt,  (614)692-3971.
DESC: PR-NO:  YPC96295001726 NSN 1005-00-992-6649, CAGE 13629
  Part No  61622 CAGE 19200 Part No 8448595 CAGE 2C085 Part No
  CF61622 automatic sear  assembly. in accordance with drawing
  8448595.  12,712 -EA Del to New  Cumberland PA 17070-5001 Del
  by 180 days after date of award.  See NOTES  1 & 9.  Solicitation
  not available until 15 days after published in the CBD.   Written
  requests for drawings are to be submitted to Defense Supply
  Center,  Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus,
  OH 43216-5000,  by FAX (614)692-2998 or Call (614)692-2344.
   Requests should include the  IFB/RFP/RFQ number, opening/
  closing, NSN, YPC/ZPC or NPC number;  buyer's name and your
  complete name and address.  Federal, military and  commercial
  specifications cannot be provided by DSCC.  Automated Best
   Value Model (ABVM) applies.  While price may be a significant
  factor in the  evaluation of offers, the final award decision
  will be based upon a  combination of price and past performance
  as described in the solicitation.   Delivery Evaluation Factor
  (DEF) applies.  While price is a significnat  factor in the
  evaluation of offers, the final award decision will be based
   upon a combination of price and past performance as described
  in this  solicitation.  All responsible sources may submit
  offer which DCSC shall  consider.
CITE: (I-355 SN014137)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WSH), Rock Island, IL
  61299-7630
SUBJECT: 10--TRIGGER SUBASSEMBLY
SOL DAAE20-96R0264
DUE 021397
POC Contract Specialist: Cean Hartleben (309) 782-3429, PCO:
  Brian W. Schmidt (309) 782-8490
DESC: 1005-01-219-2402, Part Number 9392518. Trigger Assembly
  consisting of a steel casting approximately 2 1/8" x 1 7/8"
  x 3/4" and 1 spring stainless steel type 631 .366 free length
  and numerous gages. Requirements are 6,126 each Trigger Assembly.
  For use on the M16A2 Rifle. FOB is Destination. Proposed contract
  is a 100% small business set-aside. ANSI/ISO/ASQC Q9002 or
  equivalent. Statistical Process Control is required. The proposed
  action will include a 100 percent option. All or part of this
  action is an unfunded FY96 requirement. Estimated issue date
  of this solicitation is 011397. A License Agreement between
  Colt's Manufacturing Company and the United States Government
  requires the items procured to be manufactured in the United
  States or Territories. United States means the fifty states
  and the District of Columbia. Bidders are hereby notified of
  the following requirement: In order to receive the solicitation
  and technical data package, all bidders are required to execute
  a nondisclosure agreement binding each bidder to the terms
  and conditions of the agreement. Copies of the nondisclosure
  agreement shall be requested from ACALA, ATTN: AMSTA-AC-PCW/Ms.
  Cean Hartleben, Rock Island, IL 61299-7630. The nondisclosure
  agreement must be signed by an official authorized to legally
  bind the company. Upon execution of the nondisclosure agreement,
  the original copy must be returned by certified mail to the
  above address. The nondisclosure agreement will be available
  prior to the issuance of the solicitation. Bidders are encouraged
  to request, complete, and return the agreement as soon as possible.
  Failure to properly address requests for solicitation in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE)(if a CAGE
  code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309) 782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-355 SN014216)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Commander, Naval Sea Systems Command, SEA 02631A,  2531
  Jefferson n Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 10--VARIOUS MINE COUNTER-MEASURE (MCM) SYSTEMS AND UNDERWATER
  WEAPONS USED IN VERY SHALLOW WATER AND SURF ZONE ENVIRONMENTS
SOL N00024-97-G-6366
POC John C. Piunno, Contract Specialist 703-602-0951
DESC: The Naval Sea Systems Command  (NAVSEA) intends to issue
  orders on multiple occasions over the period of Basic Ordering
  Agreement (BOA) N00024-97-G-6366  with GSI Incorporated, 108
  Morrow Avenue, Trussville, AL 35173.  Orders will be issued
  to obtain test hardware, test demonstrations, Technical Data
  Packages (TDP) necessary to evaluate and test various Russian
  mine counter-measure (MCM) systems and underwater weapons used
   in shallow water and surf zone environments.  These MCM systems/underwater
  weapons will be evaluated to support the mission of clearing
  an assault path for ships, landing craft, equipment and personnel.
   Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1). 
  GSI  Incorporated is the only known company that has proven
  their ability to successfully obtain the required information,
  technical data, demonstrations and equipment for the MCMs and
  underwater weapons from Russia.  No other source currently
  possesses the expertise, licenses and contacts necessary to
  satisfy the certification requirements for access to the technology
  and personnel described herein, nor will any other supplies
  or services satisfy the Navy's requirements.  See Numbered
  Note(s): 22.
CITE: (I-355 SN014252)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQD), Rock Island , IL
  61299-7630
SUBJECT: 12--M1 ABRAMS TURRET HYDRAULIC VALVES
SOL DAAE20-97R0217
DUE 021397
POC Contract Specialist: Holly Miller (309) 782-5054, PCO: John
  E. Holmgren (309) 782-4836
DESC: The repair/upgrade of 233 ea M1 Abrams Turret Hydraulic
  Valves from part number 12273262-2 to the current configuration
  part number 9376467-1. All or part of this action is an unfunded
  FY96 requirement. FOB is Destination. Estimated issue date
  of this solicitation is 011397. The sole source contractor
  for the proposed action is: Real-Time Laboratories, L.C., 350
  Northwest 12th Avenue, Deerfield Beach, FL 33442. Published
  for subcontracting purposes only. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance with solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE) (if a CAGE code has been assigned
  to you) along with your name, address, datafax number, and
  solicitation number. The fax number for requests is (309)782-7428.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All ACALA solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS can be accessed electronically, 24 hours
  a day, using a modem set to dial (309)782-7648. Terminal emulation
  should be VT100, no parity, 8 data bits and 1 stop bit. Once
  connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD"
  prompt depress the "ENTER" key. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis. See Note(s): 22.
CITE: (I-355 SN014231)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59801
SUBJECT: 12--FIBERGLASS PUMPER TANKS
SOL R1-16-97-450Q
DUE 021097
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Joan A. McNab, 406/329-3766
DESC: The Forest Service requires the supply of reinforced fiberglass
  water tanks for use on fire truck service bodies located at
  the Aerial Fire Depot, Missoula County, MT. The quantities
  are unknown at this time; therefore, an indefinite quantity/indefinite
  delivery contract will be awarded. Delivery will be F.O.B.
  Forest Service Aerial Fire Depot, Missoula, Montana. This project
  will be advertised as a written quotation and will be solicited
  under the new Simplified Acquisition Procurement (SAP) rules.
  Quotes are due February 10, 1997. The work is estimated to
  start on February 20, 1997. Performance period will be 1 year.
  All responsible sources may submit a quote which will be considered.
  The proposed project listed here is a 100 percent small business
  set-aside.
CITE: (I-355 SN014347)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 13--DISTRIBUTED EXPLOSIVE TECHNOLOGY (DET) ASSEMBLIES
  AND SUBASSEMBLIES
SOL N00174-97-R-0009
DUE 021897
POC Contact Michael L. Burch, Contract Specialist, 1141B, (301)743-6662,
  Celeste A. Mills, Contracting Officer, 1141.
DESC: The contractor shall furnish all labor and materials for
  the fabrication of various assemblies and subassemblies of
  the Mine Clearance System Distributed Explosive Technology
  (DET), EX 10 MOD 0 in support of the Shallow Water Mine Countermeasures
  Program. The assemblies and subassemblies shall be fabricated
  to the technical data package (TDP) from the IHD/NSWC design
  effort. The fabrication will serve to demonstrate producibility
  and provide the Government with systems and assemblies for
  technical and operational evaluation. The contractor shall
  deliver 24 Frame Assembly Shipping and Storage (13 explosive
  loaded, 10 inert loaded, and 1 partial explosive loaded), 9
  MID Panel Assemblies, 59 Fuze Assemblies (43 explosive loaded
  and 16 inert loaded), 6 Landing Craft, Air Cushion, (LCAC)
  Interface Kits. Explosive and inert detonating cord will be
  provided as Government Furnished Material. First Article Tests
  shall be conducted on 2 Frame Assemblies (inert loaded, with
  inert fuze), 1 LCAC Interface Kit, and 16 Fuze Assemblies.
  First Articles will be due by 25 November 1997. Delivery of
  fabricated systems shall be intermittent, with final delivery
  due by 21 December 1998. Delivery schedule is critical. Contract
  will contain an option for Initial Production quantities (min/max).
  Award shall be based on "best value". Technical Factors are
  1) Technical Capability, 2) Delivery Schedule, 3) Quality Assurance/Inspection,
  4) Management Plan/Facilities. Past Performance shall be evaluated.
  Upon request B size prints of the TDP shall be provided. The
  Government will host a pre-proposal conference to be conducted
  at Indian Head Division, Naval Surface Warfare Center on or
  about 28 January 1997. Reservations are limited to no more
  than 5 representatives per company and must be received by
  Fax indicating name, SS# and citizenship of attendee no later
  than 31 Jan 1997. All responsible sources may submit a proposal
  which shall be considered by the Indian Head Division, Naval
  Surface Warfare Center. Request for this solicitation should
  be addressed to the attention of Michael L. Burch, (301) 743-6662,
  Fax # (301) 743-6546.
CITE: (I-355 SN014239)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY ARDEC, TACOM, AMSTA-AR-PCW-B, BLDG. 10, PICATINNY
  ARSENAL NJ 07806
SUBJECT: 13--MEDIUM CALIBER MINE NEUTRALIZER
SOL DAAE30-97-R-0052
DUE 021497
POC Paul Milenkowic email=pmilen,Contracting Officer 201-724-5391
  (Site Code W15BW9)
DESC: This notice is for a Broad Agency Announcement (BAA) soliciting
  proposals in support of scientific study and experimentation
  directed toward advancing the state-of-the-art in conventional,
  direct-attack mine neutralizer technology. Technologies fallig
  within this scope include vehicle mounted medium caliber gun
  systems and alternate methods for launching explosive munitions
  to defeat surface and buried mines. Organizations are encouraged
  to submit proposals for this research area. A research investigaion
  is underway at the US Army Armament Research, Development and
  Engineering Center (ARDEC) to develop and demonstrate new improved
  methods for neutralizing anti-tank and anti-personnel mines
  using medium caliber munitions. This effort is supporting the
  Mine Hunter/Killer (MH/K) ATD Program being conducted by the
  Night Vision Electronic Sensors Directorate (NVESD), CECOM.
  Existing mine neutralizing technologies include ehicle mounted
  flails, plows, and rollers, man operated detectors, probes
  and sniper rifles. The goal of the MH/K ATD Program is to develop
  and demonstrate a vehicle mounted detection/neutralizing system
  having greater standoff range and improved breachingspeed.
  This BAA addresses conventional, medium caliber neutralizer
  technology development only. Detection technology and non-conventional
  neutralizer technology will be considered under related BAAs
  being issued by NVESD. All offerors are required to be eligible
  to receive U.S. Category 2 and 3 information at the secret
  level to include having the necessary security clearance. Contingent
  upon meeting esablished security requirements, industry of
  the following countries have been determined to be eligible
  to participate in the Medium Caliber Mine Neutralizer program:
  UK, Canada, Germany and France. Foreign industry desiring copies
  of classified RFPs/BAAs nd have been identified in the Commerce
  Business Daily (CBD) as eligible will submit an official request
  through their embassy to HQ DA (DAMI-POC), Washington, DC 20310-1001.
  Countries other than those listed may request copies of the
  RFP/BAA but release cannot be guaranteed. This Broad Agency
  Announcement is available from the World Wide Web Electric
  Commerce Home Page called the Procurement Network PROCNET)
  available at the following Web address: "http://procnet.pica.army.mil/".
CITE: (I-355 SN014274)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EH,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 13--EXPLOSIVE BELLOWS, DETONATORS, AND CIRCUIT BOARDS
SOL N00164-97-R-0030
POC Contact point, Mr. Gary Mundy, Contract Specialist, Code
  1164EH, 812/854-1391, Fax 812-854-3465, E-Mail glm759@smtp.nwscc.sea06.navy.mil
DESC: The Navy requires additional sources for manufacture of
  Explosive Bellows, Detonators, and Circuit Boards in support
  of the M1134A3E1 Linear Demolition Charge (LDC) fuze redesign
  efforts utilizing semi-conductor bridge (SCB) technology. The
  current fuze system is susceptible to static electricity which
  sometimes causes premature detonation. (This is classified
  as one of hazards of electromagnetic radiation to ordnance
  (HERO)). Substantial modifications are required to improve
  the fuze system. No fuze utilizing SCB technology, which is
  inherently HERO resistant has passed testing and been certified
  for military use by the Weapons System Explosives Safety Review
  Board (WSERB). A sole source contract (N00164-97-C-0012) was
  awarded to Quantic Industries, Inc., 2751 San Juan Road, Hollister
  CA 95023, in accordance with FAR 6.302-1 (Only one responsible
  source and no other supplies or services will satisfy agency
  requirements) on 6 December 1996 to provide Explosive Bellows
  and Detonators for use in testing and WSERB certification.
  An additional requirement, solicited under N00164-97-R-0011,
  has been synopsized on a sole-source basis to Quantic Industries
  to provide Explosive Bellows, Detonators, and Circuit Boards
  to meet current requirements through calendar 1998. The navy
  anticipates a requirement of 2000 each M1134A31 LDC fuzes per
  year through fiscal year 2001. To satisfy this requirement,
  an indefinite-delivery requirements contract is contemplated.
  We anticipate issuance of a competitive solicitation for Explosive
  Bellows, Detonators, and Circuit Boards in approximately July
  1997. All interested sources may submit prior contract history
  information for similar supplies to the point of contact shown
  above.
CITE: (I-354 SN013994)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, STRUCTURAL, AIRCRAFT
SOL SPO460-97-Q-C575
DUE 021097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copies of RFQ Sil
  icitations,  contact thebuyer:  Robert Tobin/BU713/804-2 79-3639
  contracting officer:   Margaret Adams/804-279-51 37
DESC: PR-NO:  YPG96299000351 NSN 1560-00-077-0131, panel, structural,
   aircraft Mfg:  Lockheed Martin, CAGE 98897 P/N 3F11058-101,
  Rev 'd'  Tech data package availability:  17 -EA Del to New
  Cumberland PA  17070-5001 Del by:  182 DARO first article test
  required.   Specifications, plans or drawings relating to the
  procurement described are  not available and cannot be furnished
  by the government.  Other than full  and open (10 U.S.C. 2304(C)(1)
  (FAR 6.302-1) more than one source,  intended sources:  Specialty
  Engineering, CAGE 60607 honeycomb Co.,  CAGE 99115 aerospace
  Tech., CAGE 32818 total small business (SB)  set-aside (NOTE
  1) critical application item.  All responsible sources  may
  submit offer which DGSC shall consider.
CITE: (I-355 SN014071)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, POD, MAIN LANDING GEAR
SOL SPO460-97-Q-C576
DUE 021097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copies of RFQ Sol
  icitations,  contact thebuyer:  Robert Tobin/BU713/804-2 79-3639
  contracting  officer/Margaret Adams/804-279-513 7
DESC: PR-NO:  YPG96299000366 NSN 1560-00-482-5709, panel, POD,
  main  landing gear Lockheed Martin, CAGE 98897 P/N 3F11038-172,
  Rev 'e' Tech  data package availability:  5 -EA Del to Robins
  AFB GA 31098-1887 Del by:   182 DARO 15 -EA Del to New Cumberland
  PA 17070-5001 Del by:  182 DARO  first article test required.
   Specifications, plans or drawings relating  to the procurement
  described are not available and cannot be furnished by  the
  government.  Other than full and open (10 U.S.C. 2304(C)(1)
  (FAR  6.302-1) more than one source, intended sources:  Lockheed
  aeronautical  systems, CAGE 98897 honeycomb Co., CAGE 99115
  critical application item.   All responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-355 SN014072)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 15--PROOF OF PRINCIPLE FLIGHT EVALUATION OF MODIFIED
  SECOND GENERATION FORWARD LOOKING INFRARED COMMANCHE NIGHT
  VISION SENSOR
SOL DAAJ09-96-G-0005
DUE 012197
POC Jill Schroeder, Contracting Officer, (314)263-3677
DESC: The Government proposes to acquire a Proof-of-Principle
  flight evaluation of a modified 2nd Generation Forward Looking
  Infrared (FLIR) Commanche Night Vision Pilotage Sensor (NVPS)
  for testing on a surrogate aviation platform, an AH-64 Apache
  helicopter. The proposed program is intended to serve as a
  risk reduction effort to the Commanche Program and to evaluate
  the feasibility of a prototype aviation B-Kit derived from
  Commanche FLIR components. The Government does not own specifications
  and drawings to permit full and open competition. Justification
  for other than full and open competition is FAR 6.302-1. Intended
  source is Lockheed Martin Electronics and Missiles, 5600 Sand
  Lake Road, Orlando, FL 32819-8907. See Numbered Note(s): 12,
  22.
CITE: (W-355 SN014251)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200),
  Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director
  Of Business Programs
SUBJECT: 16--HIGH PERFORMANCE HELICOPTER HOIST
SOL F4561397R0008
DUE 021897
POC Bonnie M Pless (509)247-2070  
DESC: MFG:Lucas Western Inc., Lucas Aerospace Cargo Systems;
  Provide 5 each High Performance Helicopter Hoists; Part Number
  42305R1; NSN: 1680010583671.  The hoist has a rated load of
  270 kg, usable cable length of 76m with controlled acceleration
  and override capability.  This is an unrestricted acquisition
  in which only the brand name specified will be considered.
   See note 22.   
CITE: (W-354 SN014016)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--HOUSING, PLUNGER
SOL SP0460-97-X-2457
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerrodney Bonner/BV511/804-279-32 31/FAX
  804-279-6078 or  X4300/contracting officer/bar bara Stansbury/804-279-3416
DESC: PR-NO:  YPG96330000784 NSN 1680-00-009-9024, housing, plunger,
   Martin Baker Acft, CAGE U1604, P/N MB300-1124. origin inspection
   required. DSCR does not currently have an approved Tech data
  pkg.  65 - EA Del to San Diego CA 92132-5044 Del by 150 DARO.
  NOTE 22.  specifications, plans or drawings relating to the
  procurement described are  not avail able and cannot be furnished
  by the government. solicita tions  will be made in writing.
   All responsible sources may submit offer which DGSC  shall
  consider.
CITE: (I-355 SN014075)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--HANDLE SUBASSEMBLY
SOL SP0460-97-Q-B539
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerrodney Bonner/BV511/804-279-32 31/FAX
   804-279-6078/X4300/CONTRAC-TING officer/Barbara Stansbury/804-279-3416
DESC: PR-NO:  YPG96331000287 NSN 1680-00-009-9025, handle subassembly,
   Martin Baker Acft, CAGE U1604, P/N MB300-500. origin inspection
  req.   DSCR does not currently have an approved Tech data pkg.
   75 -EA Del to  Richmond VA 23297-5900 Del by 100 DARO. sole
  source. specifications,  plans or drawings relating to the
  procurement described are not available  and cannot be furnished
  by the government.  Solicitations will be made in  writing.
   All responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-355 SN014076)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CYLINDER, ACTUATIONG, LINEAR.
SOL SP0740-97-Q-0593
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  FPC96284001868 NSN 1650-00-960-0795, CAGE 76301
  Part No  32-69526-5 CAGE 76301 Part No 32-69526-7 cylinder,
  actuating, linear.   McDonnell (76301) P/N 32-69526-5.  92
  -EA Del to Hill AFB UT 84056-5734  Del 120 days after award.
   Solicitation not available until 15 days after  published
  in the CBD.  Specifications, plans or drawings are not available.
    This is an unrestricted acquisition with a 10% preference
  for SDB concerns.   Automated Best Value Model (ABVM) applies.
   While price may be a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performanc, as described in the  solicitation.
   Delivery Evaluation Factor (DEF) applies.  While price is
   a significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance as  described in this solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-355 SN014130)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PARTS KIT, LANDING GEAR ON THE F-14 AIRCRAFT
SOL SP0740-97-Q-0216
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96277001615 NSN 162J0-00-432-3356 CAGE 17576
  Part No.  173163A CAGE 55284 Part No. 173163A CAGE 55284 Part
  No. 173163B parts  kit, landing gear.  144 -EA Del to Stockton
  CA 95296-0130 Del 120 days  after award.  152 -EA Del to New
  Cumberland PA 17070-5001 Del 120 days  after award.  Solicitation
  not available until 15 days after published in  the CBD.  Specifications,
  plans or drawings are not available.  This is  an unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluaiton of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014133)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--RETAINER, SLIPPER.
SOL SP0740-97-Q-0569
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96317001467 NSN 1650-01-211-2081, CAGE 99167
  Part No  722600 retainer, slipper.  Sundstrand Aerospace P/N
  72260.  17 -EA Del  to Tinker AFB OK 73145-9013 Del by 08 May
  97.  Small business size  standard is 1000 employees.  Solicitation
  not availalbe until 15 days  after published in the CBD. this
  acquisition is for suppies for which the  government does not
  possess complete, unrestrictive technical data;  therefore,
  the government intends to solicit and contract with only  approved
  sources under the authority of 10 U.S.C.2304(C)(1). approved
   sources are:  Sundstrand Aerospace (99167).  All responsible
  sources may  submit offer which DCSC shall consider.
CITE: (I-355 SN014162)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PISTON, HYDRAULIC MOTOR-PUMP
SOL SP0740-97-Q-0574
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96320000693 NSN 1650-01-254-0044, CAGE 99167
  Part No  737225GC piston, hydraulic motor-pump 1,925 -EA Del
  to Tinker AFB OK  73145-9013 Del by 03 Oct 97.  Small business
  size standard is 1000  empoyees.  Solicitation not available
  until 15 days after published in the  CBD. this acquisition
  is for supplies for which the government does not  possess
  complete, unrestrictive technical data; therefore, the  government
  intends to solicit and contract with only approved sources
   under the authority of 10 U.S.C.2304(C)(1). approved sources
  are:   Sundstrand Aerospace (99167) all responsible sources
  may submit offer which  DCSC shall consider.
CITE: (I-355 SN014165)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--COMMON CRASHWORTHY TROOP SEAT PROGRAM
SOL N/A
POC Contact, Deirdre Chernomas, Phone (703)604-2119
DESC: The Naval Air Systems Command intends to issue a competitive
  solicitation for development and qualification of a crashworthy
  troop seat that can be implemented in the UH-1N, H-3, and H-46
  helicopters. This resulting contract will be firm fixed price
  with production options for each helicopter. The UH-1N option
  will include up to 1350 seats, the H-3 option will include
  up to 504 seats, and the H-46 option will include up to 8075
  seats. All interested parties may request a copy of this solicitation.
  The Navy intends to release the RFP via the Internet on the
  World Wid Web Server at the NAVAIR Home Page at the following
  direct cite: "http://www.navair.navy.mil/air20/air214/conthome.htm"
  Requests for RFPs may be sent via E-mail to CHERNOMASD.JFK@NAVAIR.NAVY.MIL
  with a copy sent to MARASTM.JFK@NAVAIR.NAVY.MIL. Written requests
  may be sent to the Naval Air Systems Command, Air 2.5.1.5.2,
  1421 Jefferson Davis Hwy, Arlington, VA 22243-5120. Facsimile
  requests are acceptable at 703-604-2968. However, all prospective
  offerors are encouraged to use the Internet to respond. Telephone
  requests will not be honored. All Internet responses must give
  the return address and the mailing address in the body of the
  request. Internet responses without a return address will not
  be recognized. The solicitation will be made available on the
  Internet in Word 6.0 format. The home page may be accessed
  utilizing WEB browsers such as MOSAIC. Offerors who have requested
  a copy of the RFP will be notified via E-Mail when it is released.
  Written inquiries may be submitted to the point of contact,
  Ms. Deirdre Chernomas, at FAX 703-604-2968. NAVAIR Synopsis
  No. 50072-96. NAVAIR Synopsis No. 50072-96.
CITE: (I-355 SN014224)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--SEPARATOR, WATER
SOL F34601-97-07049
DUE 021097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Captain Dan Hicks/Lidab/[405]739-5997
DESC: Item 0001 NSN 1660-01-005-6297 P/N: 753622-1, Dim: 26.29
  inch  length by 14.79 inch diameter by 18 inch height. Material
  content is aluminum, fiberglass and AMS-5673 steel. Removes
  moisture from air cycle machine turbine discharge air. Appl
  E3A. 14EA. Applicable to: E3a. Destn: Tinker Air Force Base
  Ok 73145-3028. Delivery: 31 Jul 98 14 ea The approximate issue/response
  date will be 10 Jan 97. To: United Technologies Corp, Windsor
  Locks Ct 06096-1010. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice.
CITE: (I-355 SN014389)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--SUPPORT, STABILATOR.
SOL SP0750-97-Q-0458
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, William Chavez,  (614)692-1288.
DESC: PR-NO:  YPC96310002613 NSN 1740-01-256-6346, CAGE 02731
  Part No  7-367310023 support, stabilator.mcdonnell Douglas
  helicopter Co. P/N  7-367310023, code 02731.  38 -EA Del to
  Richmond VA 23297-5900 Del by  120 days after date of award.
   24 -EA Del to McClellan AFB CA 95652-1621  Del by 120 days
  after date of award.  See NOTE 22.  Solicitation not  available
  until 15 days after published in the CBD.  Specifications,
  plans  or drawings are not available.  This is an unrestricted
  acquisition with a  10% preference for SDB concerns.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-355 SN014161)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Contracting and Purchasing Division, P.O. Box 5069, Marine
  Corps Recruit Depot/ERR, Parris Island, S.C. 29905-5000
SUBJECT: 19--JET SKIS WITH TRAILERS AND LIFE VESTS
SOL M00263-97-Q-0006
DUE 012397
POC Contact Barbara Coppinger, Contract Specialist, (803) 525-2190,
  Linda Stroh, Contracting Officer, (803) 525-2151
DESC: (i) This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  quotes are being requested and written requests for quotation
  will not be issued. (ii) Solicitation M00263-97-Q-0006 is being
  issued as a Request For Quotation (RFQ). (iii) The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-42. (iv)
  This acquisition is a 100% small business set aside. The associated
  standard industrial classification code is 5091. The small
  business size standard is 100 employees. (v) The solicitation
  contract line item number, quantity, unit, and item description
  follows: Line item 0001- Quantity-2; Unit-each; Description-Two
  3 seater jet ski on one double trailer. Line item 0002-Quantity
  4; Unit-each; Description -Four 3 seater jet skis on individual
  trailers; Line item 0003- Quantity-8; Unit-each; Description-Eight
  ski life vest,s size adult medium. Line item 0004- Quantity-8;
  Unit-each; Description-Eight ski life vests, size adult large.
  Line item 0005- Quantity-8; Unit-each; Description-Eight ski
  life vests, size adult X-large. (vi) The following specifications
  apply: This requirement is for 6 commercial Jet Skis, with
  a minimum seating capacity for three; one (1) jet ski trailer
  with a capacity for two jet skis; four (4) jet ski trailers,
  with a capacity for one jet ski; and 24 adult life vests. The
  jet skis shall come equipped, at a minimum, with a 65 HP motor;
  easy-to-read gauges; multiple storage compartments; extra large
  fuel tanks; protective bumpers all around; automatic bulge
  system; comfortable seating for a minimum of three adults;
  ignition stop switch with floatable wrist lanyard; super carburetor,
  lubrication system and shall comply with all safety requirements.
  (vii) Inspection and acceptance shall be performed at Marine
  Corps Recruit Depot, Parris Island, SC. Delivery shall be FOB
  Destination, to the Receiving Section Building #295 on or before
  60 days from date of award, Mon-Fri, 7:30 a.m. to 4:00 p.m.
  Eastern Standard time. (viii) The following Federal Acquisition
  Regulations (FAR) provision and clauses apply to this acquisition:
  52.212-1, Instructions to Offerors-Commercial, applies to this
  acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items,
  to include the specific evaluation criteria in paragraph (a):
  (1) Lowest price and price related factors will be utilized
  in evaluating the lowest bid. (2) Ability to meet required
  delivery date. (3) Past performance. (x) Offerors shall include
  a completed copy of provision FAR 52.212-3, Offeror Representations
  and Certifications-Commercial Items, with a copy of its quotation.
  (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial
  Items, applies to this acquisition. (xii) The FAR clause at
  52.212-5, Contract Terms and Conditions Required To Implement
  Statutes Or Executive Orders-Commercial Items, applies to this
  acquisition. The following additional clauses cited in the
  clause by reference apply: 52.222-3, Convict Labor; 52.233-3,
  Protest After Award; 52.222-26, Equal Opportunity; 52.222-35,
  Affirmative Action for Special Disabled and Vietnam Era Veterans;
  52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
  Employment Reports on Special Disabled Veterans and Veterans
  of the Vietnam Era. The following Defense Federal Acquisition
  Regulations Supplement (DFARS) clauses and provisions apply
  to this contract: The clause at 252.212-7001, Contract Terms
  and Conditions Required To Implement Statutes Applicable to
  Defense Acquisitions of Commercial Items, and 252.225-7001,
  Buy American Act and Balance of Payments Program apply to this
  acquisition. Facsimile Bids is also included in this acquisition
  (FAX (803) 525-2151 Attn: Linda Stroh and itentify that this
  is a bid for RFQ M00263-97-Q-0006). Offerors shall include
  a completed copy of provision 252.225-7000, Buy American Act-Balance
  of Payments Program Certificate, with a copy of its quotation.
  Each Offeror shall review the preceding clauses and provisions
  incorporated by reference in paragraphs (viii through xii)
  above, and return a completed copy of the two required provisions
  with its quotation. Copies of clauses and provisions may be
  provided upon request. (xiii) This acquisition will be paid
  by Government (Visa) credit card upon delivery and acceptance
  of the above requirements. Mail invoice to Contract and Purchasing
  Division. P. O. Box 5069, MCRD, Parris Island, SC 29905. Invoice
  must be issued in accordance with Far 52.212-4(g). (xiv) The
  Defense Priorities and Allocation System (DPAS) assigned rating
  is DO C9E. (xv) Commerce Business Daily numbered note 1 signifies
  that this acquisition is a 100% set-aside for small business
  organizations. (xvi) Submit quotes, to include completed provisions,,
  to Contract and Purchasing Division, Attn Formal Contracts
  Branch, Bldg 159, Marine Corps Recruit Depot, Parris Island,
  SC 29902. Offerors must submit their quotation packages to
  reach destination by 5:00 P.M., Eastern Standard Time, January
  23, 1996. (xvii) Contact Barbara Coppinger, Contract Specialist,
  (803) 525-2190, Linda Stroh, Contracting Officer, (803) 525-2151.
  All responsible sources may submit a quotation which shall
  be considered by the agency. See Numbered Note 1
CITE: (I-354 SN013995)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02222,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 20--TRAILERS FOR 42 FOOT PCC AND 48 FOOT PCC
SOL N00024-97-R-2206
DUE 021497
POC Chris Sherman, Contract Specialist, (703) 602-3102, Stephen
  V. Piasecki, Contracting Officer, (703) 602-3102
DESC: The Naval Sea Systems Command intends to issue a sole source
  contract to Long Trailer Co., Inc., Tarboro, NC, to build two
  (2) trailers for 42 foot Patrol Craft Coastal (PCC) and one
  (1) trailer for 48 foot PCC for a Foreign Military Sales (FMS)
  customer. As a result of a market survey, Long Trailer Co.,
  Inc. has been identified as the only capable source who would
  meet the requirements for these trailers. The trailers shall
  be NMMA certified, constructed of commercial heavy duty galvanized
  steel (hot dipped) or aluminum, be suitable for use in salt
  water, be suitable for hauling over paved roads at speeds up
  to 60 kilometers per hour, and include all necessary electrical
  and mechanical equipment for connection to a tractor (Military
  truck M916A1) pintle hitch. The trailers, with technical and
  operational manuals, are to be delivered six (6) months after
  contract award. None of the PCCs are available for test fitting
  or trailer demonstration. Therefore assurance tests may be
  required prior to acceptance of the trailers. The contractor
  may be required to provide a representative in Egypt at the
  time of delivery. This will be a FAR Part 12 (Acquisition of
  Commercial Items) procurement. See Numbered Note(s) 22.
CITE: (I-355 SN014242)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Coast Guard Engineering Logistics Center; Propulsion
  Systems Contracting Branch (Code 046); 2401 Hawkins Point Road;
  Baltimore, MD 21226-5000
SUBJECT: 20--INSPECT/RECERTIFY/REPAIR MK6 LIFERAFTS
POC Kelly Carney, Contract Specialist, (410) 636-7745; S. M.
  McKay, Contracting Officer, (410) 636-4286.
DESC: The inspection/recertification/repair of Coast Guard Engineering
  Logistics Center MK6 Liferafts is being achieved by the issuance
  of a MIPR to Norfolk Naval Shipyard, Portsmouth, VA. Liferafts
  shall be recertified/repaired in accordance with Navy Specification
  No. S9008-AA-PRO-010/MK5 MOD2, MK6 MOD2. This Notice is for
  informational purposes for Minority, Women-Owned, and Disadvantaged
  Business Enterprises: The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned, and disadvantaged
  business enterprises to acquire short-term working capital
    assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000.00. For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169. For information concerning the acquisition,
  contact the contracting official listed above.
CITE: (M-355 SN014381)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, bid room phone (703)
  305-6145  Jefferson Davis Highway, FSS, bid room c-39, Arlington,
  VA 22202.
SUBJECT: 23--BUSES
SOL FCAP-V6-BUS96-N
DUE 012197
POC Sherman E. Farves (703) 308-4188
DESC: Correction:  solicitation for FCAP-VE-BUS96-N is amended
  to revise  the specification requirement for buses, 6X2 only,
  Transit type with an  estimated quantity of 23 units.  Award
  will result in a requirements type  contract, firm-fixed price
  with a base year plus four one-year options.   The contract
  willinclude provisions for an annual economic price  adjustment.
   The new closing date is on or about January 21 1997.  All
   reponsible sources may submit an offer, which will be considered
  by the  agency.  Offers must be in English and u.s dollars.
   Copies of the RFP and  amendments are available from the address
  above.  See NOTE 12.
CITE: (I-354 SN014034)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, bid room (phone (703)
  305-6145),  1941 Jefferson Davis Highway, FSS, bid room c-39,
  Arlington, VA 22202
SUBJECT: 23--MULTISTOP VANS
SOL FCAP-V4-USP97-N
DUE 021197
POC Contact point, Deborah okon, 703-308-4674, contracting officer,
   Denise Banks 703-308-4148
DESC: Description:  specialized multistop vans (estimated quantity
  56  units) to beused as Mobile U.S. post offices, with specifications
  in  accordance with federalstandard 307Z and additional minimum
  requirements.   The solicitation will resultin an indefinite
  quantity requirements type  contract.  Contract duration will
  have a base year plus three one-year  option periods, and will
  contain an annual economic price adjustment  cluase.  Quality
  will be evaluated relative to price in order to determine 
  the first production vehicles will be required IN 90 days arna.
   Delivery  of all other units ordered required 150 days afeter
  receipt of order.   Solicitation will be awareded in the aggregate.
   Solicitation will be  issued on or about January 7, 1997 and
  will close on or about February 11,  1997. copies of the solicitation
  are available from the address shown  above.  See NOT12.
CITE: (I-354 SN014035)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles--Potential Sources Sought
OFFADD: HQ AFSOC/PKMZ, 100 Bartley Street, Suite 224, Hurlburt
  Field, FL 32544-5273
SUBJECT: 2330--AIR-TRANSPORTABLE TRAILERS, POTENTIAL SOURCES
  SOUGHT
DUE 012797
POC CARMELLA A. NOLL/CONTRACTING OFFICER, HQ AFSOC 100 Bartlet
  St. STE 224 Hurlburt Fld. FL 32544-5273 (904) 884-2435
DESC: Market  survey/request for information (RFI).   AFSOC is
  soliciting information from public and private sector commercial
  organizations on  the  design and build of an air-transportable
  (tie-down/sling points)  trailer to enhance the rapid deployment
  of the Textron-manufactured mobile microwave landing system
  (MMLS).    The  MMLS is a lightweight, transportable, ground-based
  precision guidance approach system that provides a cat ii landing
  capability for aircraft equipped with MLS avionics.  When deployed
  it is in a split-site configuration with system equipment 
  separated by some extended distance.     The MMLS is currently
  transported  in several  cases weighing 1500 lbs which can
  be loaded on a 463L Pallet, a M101A2 trailer, or a M998 HMMWV.
   AFSOC seeks a  trailer whose design protects an assembled
  MMLS on the trailer bed during both transportation and operation,
  eliminates the need for transport cases and minimizes time
  (within 5 minutes) needed to setup in the field with minimum
  lifting and attachment of components by field personnel.  
   Trailer must provide a roll on roll off capability; be air-transportable
  by cargo aircraft (C130, C141, C5, C17, UH47, AND V 22)  and
  on the ground with a ball or pintle hook compatible with a
  tow vehicle (HMMWV or ATV QUAD).    Trailer should offer  levelers
  and locking down during field setup;  dual mounting that allows
  the four generators to be removed from the trailer in the field
  if required;  antenna folddown;  split site or collocated siting
  option,.;  Shock and vibration protection during transportation,
  including during towing conditions over paved and unpaved surfaces
  when towed at 55 mph.  Trailer mounting must not degrade the
  ability of the MMLS to meet its system requirements.   Responses
  to this market Survey/Rfi should provide information on fielded
  systems that meet this requirement; fielded systems that can
  be modified  to meet this requirement; or technical capability
  to design/build  with special emphasis on demonstrated experience
  with similar trailer applications.    Firms responding to this
  RFI should indicate whether or not they are a small or small
  disadvantaged business concern as defined in far 52.210-1 and
  52.219-2.   Sic code 3715 applies.  All corporate and proprietary
  information should be so marked and will be fully protected
  to the extend allowed.  Respondents may request and receive
  the technical order for the MMLS by submitting a fax request.
   .responses to the market Survey/Rfi  should be sent to the
  agency or faxed to 904-884-2476.   AFSOC is under no obligation
  to pay for any material provided.  This is not a request for
  proposal, but rather a market Survey/Rfi and may not result
  in a future contract.      
CITE: (W-355 SN014173)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--ADJUSTER,
SOL SP0750-97-Q-0545
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Robert Garman (614) 692-1329
DESC: PR-NO:  YPC96318000563 NSN 2540-01-359-9280, CAGE 19200
  Part No  12918999 adjuster. IAW U.S. Army drawing 12918999.
   132 -EA Del to New  Cumberland PA 17070-5001 Del by 90 days
  after date of award.  83 -EA Del  to Lathrop CA 95330 Del by
  90 days after date of award.  See NOTE 1.   Small business
  size standard is 500 employees.  Solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitted to Defense Supply Center
  Columbus, Attn:  dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000,
  by FAX (614) 692-2998  or Call (614) 692-2344.  Requests should
  include the IFB/RFP/RFQ number,  opening/closing date, NSN
  YPC/ZPC or NPC number; buyer's name and your  complete name
  and address.  Federal, military and commercial  specifications
  cannot be provided by DSCC.  Automated Best Value Model  (ABVM)
  applies.  While price may be a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price and past performnce, as described in the solicitation.
   Delivery  Evaluation Factor (DEF) applies.  While price is
  a significant factor in  the evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.
CITE: (I-355 SN014129)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--ARM ASSEMBLY, PIVOT,
SOL SP0770-97-R-5804
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Renee L. Frederick (614)692-3198
DESC: PR-NO:  RPC96326001336 NSN 2530-01-070-9506, CAGE 19207
  Part No  12268700 arm assembly, pivot track suspension. IAW
  army (19207) Dwg.  12268700 216 -EA Del to New Cumberland PA
  17070-5001 Del by 180 days  after date of award.  251 -EA Del
  to Barstow CA 92311-5014 Del by 180  days after date of award.
   See NOTE 1.  Small business size standard is  500 employees.
   Written requests for drawings are to be submitted to  Defense
  Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990,  Columbus,
  OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344.
    Requests should include the IFB/RFP/RFQ number, opening/closing,
  NSN,  YPC/ZPC or NPC number; buyer's name and your complete
  name and address.   Federal, military and commercial specifications
  cannot be provided by  DSCC.  Proposed procurement contains
  100% option for increased quantities.   Automated Best Value
  Model (ABVM) applies.  While price may be a significant  factor
  in the evaluation of offers, the final award decision will
  be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014132)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--BRAKE SHOE. COMES WITH 1 EA. SHOE, 2 EA. LINING
  AND  RIVITS.
SOL SP0750-97-Q-0515
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lori spang (614) 69 2-4214
DESC: PR-NO:  YPC96289001515 NSN 2530-01-234-8466, CAGE 52304
  Part No  805896 CAGE 7P109 Part No 4311-21A brake shoe.  1,410
  -EA Del to New  Cumberland PA 17070-5001 Del by 100 days after
  date of award.  See NOTE 1.   Small business size standard
  is 500 employees.  Solicitation not  available until 15 days
  after published in the CBD.  Specifications, plans  or drawings
  are not available.  Automated Best Value Model (ABVM) applies.
    While price may be a significant factor in the evaluation
  of offers, the final  award decision will be based upon a combination
  of price and past  performance as described in the solicitation.
   Delivery Evaluation Factor  (DEF) applies.  While price is
  a significant factor in the evaluation of  offers, the final
  award decision will be based upon a combination of  price and
  past performance as described in this solicitation.  Automated
   Best Value Model (ABVM) and Delivery Evaluation Factor (DEF)
  apply.   While price is a signficant factor in the evalaution
  of offers, the final  award decision will be based upon a combiantion
  of price, delivery, and  past performance as described in the
  solicitation.  All responsible sources  may submit offer which
  DCSC shall consider.
CITE: (I-355 SN014136)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--CONTROL ASSEMBLY, PUSH-PULL. ON AM GENERAL UTILITY
  TRUCKS  MODEL M996 (HMMWV).
SOL SP0750-97-Q-0522
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Lori spang,  (614)692-4214.
DESC: PR-NO:  YPC96297000851 NSN 2590-01-212-4956, CAGE 19207
  Part No  12340531-4 CAGE 34623 Part No 12340531-4 CAGE 70436
  Part No 64E-632-6  control assembly, push-pull. used on AM
  General HMMWV:  M996. in  accordance with U.S. Army drawing
  12340531, part number 12340531-4.   2,600 -EA Del to New Cumberland
  PA 17070-5001 Del by 180 days after date  of award.  2,700
  -EA Del to Lathrop CA 95330 Del by 180 days after date  of
  award.  See NOTE 1.  Small business size standard is 500 employees.
    Solicitation not available until 15 days after published
  in the CBD.   Written requests for drawings are to be submitted
  to Defense Supply Center,  Columbus, Attn: DSCC-VTRD, P.O.
  Box 3990, Columbus, OH 43216-5000,  by FAX (614)692-2998 or
  Call (614)692-2344.  Requests should include the  IFB/ RFP/RFQ
  number, opening/closing, NSN, YPC/ZPC or NPC number;  buyer's
  name and your complete name and address.  Federal, military,
   and commercial specifications cannot be provided by DSCC.
   Automated Best  Value Model (ABVM) applies.  While price may
  be a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance, as described in the solicitation.   Delivery
  Evaluation Factor (DEF) applies.  While price is a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance
  as described in this  solicitation.  Automated Best Value Model
  (ABVM) and Delivery Evaluation  Factor (DEF) apply.  While
  price is a significant factor in the evaluation  of offers,
  the final award decision will be based upon a combination of
   price, delivery, and past performance as described in the
  solicitation.   All responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-355 SN014139)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--INDICATOR, SHIFT.  POLYCARBONATE PLASTIC.  ON M998:
    HMMWV TRANSMISSION SHIFT CONTROL.
SOL SP0750-97-Q-0530
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96311000880 NSN 2540-01-184-5502, CAGE 19207
  Part No  12338439 CAGE 34623 Part No sf-5583192 CAGE 34623
  Part No SF5583192-D CAGE  34623 Part No 5583192 CAGE 60602
  Part No 51007 indicator, shift.  material:  polycarbonate plastic
  in accordance with U.S. Army drawing  12338439.  Used on HMMWV.
   2,000 -EA Del to Lathrop CA 95330 Del by 150  days after date
  of award.  1,410 -EA Del to New Cumberland PA 17070-5001  Del
  by 150 days after date of award.  Solicitation not available
  until 15  days after published in the CBD.  Specifications,
  plans or drawings are not  available. this is an unrestricted
  acquisition with a 10% preference for  SDB concerns.  Delivery
  Evaluation Factor applies.  While price is a  significant factor
  in the evaluation of offers, the final award decision  will
  be based upon a combination of price and past performance as
   described in this solicitation.  All responsible sources may
  submit offer  which DCSC shall consider.
CITE: (I-355 SN014143)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--DISK, CLUTCH. PART OF ALLISON TRANSMISSION MODEL
  AT540,  INTERNAL SPLINE FOR 2ND AND 3RD RANGE.
SOL SP0750-97-Q-0438
DUE 012197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Shirley Walker,  (614)692-3515.
DESC: PR-NO:  YPC96312001228 NSN 2520-00-163-0713, CAGE 13475
  Part No  BD809990 CAGE 45152 Part No 2AX235 CAGE 59556 Part
  No 039-90008-222 CAGE  73342 Part No 23042199 CAGE 73342 Part
  No 6884958 CAGE 79370 Part No  wpc-4665 DISC, clutch. part
  of Allison transmission model AT540,  internal spline for 2ND
  and 3RD range.  Used on MB4 aircraft towing  tractor and c-het
  commercial heavy equipment transporter model M911.   1,709
  -EA Del to Lathrop CA 95330 Del by 90 days after date of award.
    894 -EA Del to New Cumberland PA 17070-5001 Del by 90 days
  after date of  award.  Solicitation not available until 15
  days after published in the CBD.   Specifications, plans or
  drawings are not available.  This is an  unrestricted acquisitiuon
  with a 10% preference for SDB concerns.  This  acquisition
  is for supplies for which the government does not possess 
  complete, unrestrictive technical data; therefore, the government
   intends to solicit and contract with only approved sources
  under the  authority of 10 U.S.C.2304 (C)(1).  Approved sources
  are:  Raybestos,  Oshkosh, kovatch, General Motors, and wellman.automated
  best value  model (ABVM) and Delivery Evaluation Factor (DEF)
  apply.  While price is  a significant factor in the evaluation
  of offers, the final award decision  will be based upon a combination
  of price, delivery, and past  performance as described in the
  solicitation.  All responsible sources may  submit offer which
  DCSC shall consider.
CITE: (I-355 SN014144)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--LADDER ASSEMBLY, VEHICLE BOARDING, ALUMINUM.
SOL SP0750-97-Q-0540
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Shirley Spratt,  (614)692-3971.
DESC: PR-NO:  YPC96313000916 NSN 2540-00-846-8483, CAGE 80063
  Part No  SCD147189 ladder assembly, vehicle boarding, aluminum,
  40-1/16INCHES  Long by 16 inches wide. US Army Communications
  and Electronics command  drawing scd-147189, P/N SCD147189.
   678 -EA Del to Tobyhanna PA 18466  Del by 60 days after date
  of award.  375 -EA Del to New Cumberland PA  17070-5001 Del
  by 60 days after date of award.  See NOTES 1 & 9.  Small  business
  size standard is 500 employees.  Solicitation not available
   until 15 days after published in the CBD.  Written requests
  for drawings  are to be submitted to Defense Supply Center,
  Columbus, Attn: DSCC-VTRD,  P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX (614)692-2998 or Call  (614) 692-2344.  Requests should
  include the IFB/RFP/RFQ number,  opening/closing, NSN, YPC/ZPC
  or NPC number; buyer's name and your  complete name and address.
   Federal, military and commercial  specifications cannot be
  provided by DSCC.  Automated Best Value Model  (ABVM) applies.
   While price may be a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price and past performance, as described in the solicitation.
   Delivery  Evaluation Factor (DEF) applies.  While price is
  a significant factor in  the evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-355 SN014146)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--COUPLER, DRAWBAR. OFFSET, TAPER SHANK, 60,000 LB
  GROSS  VEHICLE WEIGHT (GVW).
SOL SP0750-97-Q-0534
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96341000655 NSN 2540-00-999-5584, CAGE 19207
  Part No  11592597 CAGE 96906 Part No A52464-3 coupler, drawbar.
  offset, taper  shank, 60,000 lb Gross vehicle weight.  Per
  CID A-A-52464, pin No.  A52464-3 414 -EA Del to Lathrop CA
  95330 Del by 110 days after date of  award.  Small business
  size standard is 1,000 employees.  Solicitation  not available
  until 15 days after published in the CBD.  Written requests
   for drawings are to be submitted to Defense Supply Center,
  Columbus,  Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX  (614)692-2998 or Call (614)692-2344.  Requests should
  include the  IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC
  or NPC number;  buyer's name and your complete name and address.
   Federal, military and  commercial specifications cannot be
  provided by DSCC.  Delivery  Evaluation Factor (DEF) applies.
   While price is a significant factor in  the evaluation of
  offers, the final award decision will be based upon a  combination
  of price and past performance as described in this solicitation.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-355 SN014147)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--DISC, CLUTCH. ON TRUCK TRACTOR MODEL M911CS
SOL SP0750-97-Q-0507
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Lori spang,  (614)692-4214.
DESC: PR-NO:  YPC96243001166 NSN 2520-01-055-8337, CAGE K2709
  Part No  CV60597 CAGE K4914 Part No 23010436 CAGE 1EN78 Part
  No 23041786-V CAGE  45152 Part No 2AX988 CAGE 59556 Part No
  039-90005-255 CAGE 73342 Part No  23041786 DISC, clutch. used
  on truck tractor model M911CS.  Viking Inc. , CAGE 1EN78, P/N
  23041786-V is acceptable per DLA form 339, dated  4/30/96.
   D.LEWIS/D.JOHNSON, Ver, 2-1796.  1,641 -EA Del to New  Cumberland
  PA 17070-5001 Del by 75 days after date of award.  900 -EA
   Del to Lathrop CA 95330 Del by 75 days after date of award.
   See NOTE 1.   Small business size standard is 500 employees.
   Solicitation is not  available until 15 days after published
  in the CBD.  Specifications, plans,  or drawings are not available.
   Automated Best Value Model (ABVM) applies.   While price may
  be a significant factor in the evaluation of offers, the final
   award decision will be based upon a combination of price and
  past  performance as described in the solicitation.  Delivery
  Evaluation Factor  (DEF) applies.  While price is a significant
  factor in the evaluation of  offers, the final award decision
  will be based upon a combination of  price and past performance
  as described in this solicitation.  Automated  Best Value Model
  (ABVM) and Delivery Evaluation Factor (DEF) apply.   While
  price is a significant factor in the evaluation of offers,
  the final  award decision will be based upon a combination
  of price, delivery, and  past performance as described in the
  solicitation.  All responsible sources  may submit offer which
  DCSC shall consider.
CITE: (I-355 SN014151)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--DIFFERENTIAL, DRIVING AXLE (FORWARD REAR).  8.31
  TO 1 RATIO.  ON NAVISTAR 5010 SERIES
SOL SP0700-97-Q-0059
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T buyer Mary
  Jo coffey A/C614-692=3847  or contracting officer, Rebecca
  Smith, A/C614-692-1271.
DESC: PR-NO:  YPC96254000203 plus YPC96254000535 NSN 2520-01-046-7258,
   CAGE 78500 Part No A3800D758 8.31 differential, driving axle.
  Rockwell  International Corp, CAGE 78500, P/N A3800D758 8.31.
   No technical data  at DCSC for this solicitation.  1EA Del
  to Knoxville, TN 37916 3EA Del  to Richmond, VA 23297 delivery
  by 60 days after receipt of order.  Small  business size standard
  is 500 employees.  Solicitation not available  until 15 days
  after published in the CBD.  Specifications, plans, or  drawings
  are not available.  This acquisition is for supplies for which
   the government does not possess complete, unrestrictive technical
  data;  therefore, the government intends to solicit and contract
  with only  approved sources under the authority of 10 U.S.C.2304(C)
  (1).  Approved  sources are:  Rockwell International Corp.
   Automated Best Value Model  (ABVM) applies.  While price may
  be a significant factor in the evaluation of  offers, the final
  award decision will be based upon a combination of  price and
  past performaance, as described in the solicitation.  While
   price will be a significant factor in the evaluation of offers,
  the final  contract award price may be based upon a combination
  of price and delivery as  described in this solicitation. 
  All responsible sources may submit offer  which DCSC shall
  consider.
CITE: (I-355 SN014152)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--BRAKE BAND AND LINING.
SOL SP0750-97-Q-0529
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96298001079 NSN 2530-01-409-2507, CAGE 11862
  Part No  24200468 brake band and lining. General Motors Corp.
   P/N 24200468 634 - EA Del to Richmond VA 23297-5900 Del by
  60 days after date of award.   Solicitation not available until
  15 days after published in the CBD.   Specifications, plans
  or drawings are not available.  This is an  unrestricted acquisition
  with a 10% preference for SDB concerns.   Automated Best Value
  Model (ABVM) applies.  While price may be a significnat  factor
  in the evaluation of offers, the final award decision will
  be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014155)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--COLLAR, TRANSMISSION. ON CATERPILLAR TRANSMISSION
  FOR AM  GENERAL M915 SERIES TRUCKS.
SOL SP0750-97-Q-0516
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lori spang (614) 69 2-4214
DESC: PR-NO:  YPC96304000962 NSN 2520-01-077-2793, CAGE 11083
  Part No  9N1425 CAGE 34623 Part No MA72-21002 collar, transmission.
  Caterpillar  Inc., CAGE 11083, P/N 9N1425. no other technical
  data at DCSC for this  solicitation.  201 -EA Del to Lathrop
  CA 95330 Del by 60 days after date  of award.  41 -EA Del to
  Barstow CA 92311-5014 Del by 60 days after date  of award.
   See NOTE 1.  Small business size standard is 500 employees.
    Solicitation not available until 15 days after published
  in the CBD.   Specifications, plans or drawings are not available.
   Automated Best Value  Model (ABVM) applies.  While price may
  be a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in the solicitation.   Delivery
  Evaluation Factor (DEF) applies.  While price is a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combiantion of price and past performance
  as described, in this  solicitation.  Automated Best Value
  Model (ABVM) and Delivery Evaluation  Factor (DEF) apply. 
  While price is a significant factor in the evaluation  of offers,
  the final award decision will be based upon a combination of
   price, delivery and past performance as described in the solicitation.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-355 SN014156)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--FLYWHEEL ASSEMBLY. ON FWD FIRETRUCK, U. S. AIR FORCE
  MODEL  A/S32P-2.
SOL SP0750-97-Q-0518
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lori spang (614) 69 2-4214
DESC: PR-NO:  YPC96304000963 NSN 2520-01-090-1409, CAGE 59556
  Part No  000502T CAGE 73342 Part No 23016968 flywheel assembly.
  used on fwd  firetruck, U. S. Air Force model A/S32P-2.  15
  -EA Del to New  Cumberland PA 17070-5001 Del by 150 days after
  date of award.  32 -EA  Del to Lathrop CA 95330 Del by 150
  days after date of award.  See NOTE 1.   Small business size
  standard is 500 employees.  Solicitation not  available until
  15 days after published in the CBD.  Specifications, plans
   or drawings are not available.  Automated Best Value Model
  (ABVM) applies.   While price may be a signficant factor in
  the evaluation of offers, the final  award decision will be
  based upon a combination of price and past  performance, as
  described in the solicitation.  Delivery Evaluation Factor
   (DEF) applies.  While price is a significant factor in the
  evaluaiton of  offers, the final award decision will be based
  upon a combination of  price and past performance as described
  in this solicitation.  Automated  Best Value Model (ABVM) and
  Delivery Evaluation Factor (DEF) apply.   While price is a
  significant factor in the evaluation of offers, the final 
  award decision will be based upon a combination of price delivery
  and past  performance as described in the solicitation.  All
  responsible sources may  submit offer which DCSC shall consider.
CITE: (I-355 SN014157)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--CUSHION ASSEMBLY, COMMANDER'S SEAT BACK. ON M998:
   HMMWV.  THE USE OF 1.7 STITCHES IN LIEU
SOL SP0750-97-Q-0519
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Lori spang,  (614)692-4214.
DESC: PR-NO:  YPC96304000988 NSN 2540-01-314-9378, CAGE 19207
  Part No  12338534 CAGE 19207 Part No 12342067 CAGE 34623 Part
  No 12342067 CAGE  34623 Part No 5575946 cushion assembly, commander's
  seat back. used on  AM General M998 (HMMWV) series trucks.
   Per army drawing 12342067 and all  related data.  4,150 -EA
  Del to New Cumberland PA 17070-5001 Del by 150  days after
  date of award.  See NOTE 1.  Small business size standard is
   500 employees.  Solicitation not available until 15 days after
  published  in the CBD.  Written requests for drawings are to
  be submitted to Defense  Supply Center, Columbus, Attn: DSCC-VTRD,
  P.O. Box 3990, Columbus, OH  43216-5000, by FAX (614)692-2998
  or Call (614) 692-2344.  Requests should  include the IFB/RFP/RFQ
  number, opening/closing, NSN, YPC/ZPC or NPC  number; buyer's
  name and you complete name and address.  Federal,  military,
  and commercial specifications cannot be provided by DSCC. 
   Automated Best Value Model (ABVM) applies.  While price may
  be a significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combination of price and
  past performance, as described in the  solicitation.  Delivery
  Evaluation Factor (DEF) applies.  While price is  a significant
  factor in the evaluation of offers, the final award decision
   will be based upon a combination of price and past performance
  as  described in this solicitation.  Automated Best Value Model
  (ABVM) and  Delivery Evaluation Factor (DEF) apply.  While
  price is a significant  factor in the evaluation of offers,
  the final award decision will be based  upon a combination
  of price, delivery, and past performance as described  in the
  solicitation.  All responsible sources may submit offer which
  DCSC  shall consider.
CITE: (I-355 SN014158)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--INSULATION PANEL, INTERIOR RIGHT HAND FRONT TUNNEL
  SIDE. ON  AM GENERAL M998 (HMMWV)
SOL SP0750-97-Q-0532
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96317001491 NSN 2510-01-335-7363, CAGE 19207
  Part No  12342455 CAGE 34623 Part No 12342455 CAGE 55674 Part
  No 12342455  insulation panel, vehicle CAB.  540 -EA Del to
  New Cumberland PA  17070-5001 Del by 120 days after date of
  award.  1,225 -EA Del to  Lathrop CA 95330 Del by 120 days
  after date of award.  Solicitation not  available until 15
  days after published in the CBD.  Specifications, plans  or
  drawings are not available.  This is an unrestricted acquisition
  with a  10% preference for SDB concerns.  Delivery Evaluation
  Factor (DEF)  applies.  While price is a significant factor
  in the evaluation of offers,  the final award decision will
  be based upon a combination of price and  past performance
  as described in this solicitation.  All responsible  sources
  may submit offer which DCSC shall consider.
CITE: (I-355 SN014163)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--ARM ASSEMBLY, PIVOT, TRACK SUSPENSION.
SOL SP0750-97-Q-0533
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96326001224 NSN 2530-01-108-5018, CAGE 19207
  Part No  12299011-1 CAGE 80212 Part No 12299011-1 pivot, track
  support. in  accordance with drawing 12299011, P/N 12299011-1.
   16 -EA Del to  Texarkana TX 75507 Del by 120 days after date
  of award.  Solicitation not  available until 15 days after
  published in the CBD.  Written requests for  drawings are to
  be submitted to Defense Supply Center, Columbus, Attn:  DSCC-VTRD,
  P.O. Box 3990, Columbus, OH 43216-5000, by FAX  (614)692-2998
  or Call (614)692-2344.  Requests should include the  IFB/RFP/RFQ
  number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's
   name and your complete name and address.  Federal, military
  and  commercial specifications cannot be provided by DSCC.
   This is an  unrestricted acquisition with a 10% preference
  for SDB concerns.   Delivery Evaluation Factor applies.  While
  price is a significant factor  in the evaluation of offers,
  the final award decision will be based upon a  combination
  of price and past performance as described in this solicitation.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-355 SN014167)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: General Services Administration, (4FQP), 401 West Peachtree
  St., NW., Atlanta, GA 30365-2550
SUBJECT: 26--PNEUMATIC HIGHWAY TIRES, NEW PASSENGER AND LIGHT
  TRUCK
SOL AT/TC 20252
POC Patricia G. Walker, Contracting Officer, Tel: (404) 331-3059,
  Facsimile, (404) 331-2073.
DESC: The General Services Administration, Federal Supply Service
  contemplates the award of fixed price contract for new passenger
  and light truck tires. The tires must be nominated by the manufacturer
  as an original equipment tire for one or more vehicle models
  produced by Ford, GM or Chrysler. No oral requests for the
  solicitation package will be honored. Facsimile number is (404)
  331-2073.
CITE: (M-355 SN014301)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--HOUSING HALF, COMPRESSOR INLET ALLIEDSIGNAL INC.
SOL SP0480-97-Q-JA41
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations for copies
  of RFQ  solicitations, contact the buyer Mimi Kirkland/BL4
  71/804-279-5702.  contracting officer Donna Cartwright/ BL479/804-279-3774.
DESC: PR-NO:  YPG96312000434 NSN 2835-01-199-0451, Alliedsignal
  Inc.   CAGE 99193 P/N 3810019-5 12 EA Del to New Cumberland,
  PA 17070-5001 Del  by July 97 8 EA Del to Tracy, CA 95376-5000
  Del by Jul 97 start system  (ESS), thunderbolt II, a-10 Acft.
   All responsible sources may submit  offer which DGSC shall
  consider.
CITE: (I-355 SN014074)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--RING, AUGMENTOR
SOL SPO480-97-Q-JA28
DUE 013197
POC Contact:  for copies of RFQ solicitations (available at leas
  T  21 days from announcement, phone or write DSCR Attn: DSCR-JLP,
  Richmond VA  23297-5312 AC (804)279-3717 or F AX to 804-279-3123.
  contact the buyer.  Crystal Ober, B L371, DSCR-JLP, 804-279-3717.
  contracting officer:   Mar tha Gay, 804-279-3717.
DESC: PR-NO:  YPG96345000720 NSN 2840-01-180-6125, 63 -EA Del
  to Tracy  CA 95376-5000 60 days ARO.  General Electric aircraft
  engines, CAGE  07482, P/N 5053M42G01.  Specs, plans or Dwgs
  relating to the procurement  described are not avail and cannot
  be furnished by the GOVT.   Unrestricted.  All responsible
  sources may submit offer which DGSC shall  consider.
CITE: (I-355 SN014091)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--HOUSING, ANTIFRICTION
SOL SPO480-97-Q-JA29
DUE 013197
POC Contact:  for copies of RFQ solicitations (available at leas
  T  21 days) from announcement, phone or write DGSC Attn DSCR-JLP,
  Richmond VA  23297-5312 AC (804)279-3717. Co ntact the buyer.
  Crystal Ober, BL371,  jlp, 804-279-371 7. contracting officer:
   Martha Kay, (804) 279-3717.
DESC: PR-NO:  YPG96345000721 NSN 2840-01-198-2101, 375 -EA Del
  to  Tinker AFB OK 73145-9013 60 days ARO.  General Electric
  Co., CAGE 07482,  P/N 5051M93G03.  Specs, plans or Dwgs relating
  to the procurement  described are not avail and cannot be furnished
  by the GOVT.   Unrestricted.  All responsible sources may submit
  offer which DGSC shall  consider.
CITE: (I-355 SN014092)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING SET, PISTON
SOL SP0770-97-R-6283
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Ruth Smith,  614/692-4749.
DESC: PR-NO:  RPC96248001690 NSN 2815-00-410-1236, CAGE 19207
  Part No  5704476 CAGE 75370 Part No C5795-81 ring set, piston.
  Kaydon Corp P/N  C5795-81.  874 -EA Del to New Cumberland PA
  17070-5001 Del by 115 days  after date of award.  874 -EA Del
  to Lathrop CA 95330 Del by 115 days  after date of award. 
  Solicitation not available until 15 days after  published in
  the CBD.  Specifications, plans or drawings are not available.
    Proposed procurement contains a 100% option for increased
  quantities.   This is an unrestricted acquisition with a 10%
  preference for SDB concerns.   This acquisition is for supplies
  for which the government does not possess  complete, unrestrictive
  technical data; therefore, the government  intends to solicit
  and contract with only approved sources under the  authority
  of 10 U.S.C.2304(C)(1).  Approved sources are:  Kaydon Corp.
    Automated Best Value Model (ABVM) and Delivery Evaluation
  Factor (DEF)  apply.  While price is a significant factor in
  the evaluation of offers,  the final award decision will be
  based upon a combination of price,  delivery, and past performance
  as described in the solicitation.  All  responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-355 SN014131)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING SET, PISTON. ACCOMMADATES ONE PISTON, 0.75
  MM.  OVERSIZE. IN GMC 6.2 LITER DIESEL
SOL SP0750-97-Q-0531
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96312001268 NSN 2815-01-163-9999, CAGE 11862
  Part No  15537020 CAGE 53781 Part No W10297KX +0.75MM CAGE
  76602 Part No  SPS1229.030 ring set, piston, 0.75 MM, accommodates
  one piston. used  in General Motors Corp. 6.2 liter Diesel
  engine. General Motors P/N  15537020, SPX Corp. P/N W10297KX+0.75MM.
   No additional technical data  available at DCSC for this solicitation.
   2,800 -EA Del to New  Cumberland PA 17070-5001 Del by 150
  days after date of award.  5,600 -EA  Del to Lathrop CA 95330
  Del by 150 days after date of award.   Solicitation not available
  until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  This is an  unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a signficant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014145)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 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--PLATE,COOLING,TURBO
SOL N0038396X1979
DUE 021097
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  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-2840-00-045-6347-SN, Ref Nr 4027T15P02, Qty 110 EA,
  Delivery FOB Origin, RFQ N0038396X1979, Approx Due Date O/A
  Feb 10 97-----.  NO Drawings.  NAVY SOURCE APPROVAL PROCEDURES
  APPLY., See Note 22
CITE: (I-355 SN014175)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 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--RETAINER,SHROUD
SOL N0038397RM143
DUE 012997
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-2840-01-139-7162-TN, SPEC NR TDP VER 005, Ref Nr 5031T08G01,
  Qty 508 EA, Delivery FOB Origin-----. Drawings are not available.
  Since this is a "source controlled" item,  competition shall
  be restricted to (16126) Tri-Mfg., See Note 22
CITE: (I-355 SN014176)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Commanding Officer (CODE 047/53), Electrical Systems
  Contracting Branch, USCG Engineering Logistics Center, 2401
  Hawkins Point Rd, Mail Stop 26, Baltimore, MD 21226-1793
SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS
SOL DTCG40-97-R-70014
DUE 031297
POC Jo Ann deBullet, Contract Specialist (410) 762-6485, Nancy
  M. Dean, Contracting Officer, (410) 762-6461.
DESC: The USCG Engineering Logistics Center anticipates awarding
  a firm-fixed requirements type contract for Pratt and Whitney
  (P&W)/Turbo Power & Marine (TP&M) new and/or reconditioned
  parts for the FT4A Marine Gas Turbine Engines and Power Turbines.
  All parts required are listed in Pratt & Whitney/Turbo Power
  & Marine Illustrated Parts Catalogs P/N 547055, P/N 547058,
  and P/N 544027. All parts must possess a P&W/TP&M part number
  and have been originally sold by P&W;/TP&M. If the part
  is J-75 part it must be a direct cross reference to TP&M part
  number Technical data and/or drawings pertaining to P&W/TPM
  parts are not available within the Government and are proprietary
  to P&W/TP&M. The contract  term will be for one (1) base year
  and one (1) option year. Delivery is FOB Destination. Various
  quantities. All responsible sources may submit a proposal which
  shall be considered by the agency. Numbered Note (22). ``THIS
  NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED
  AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation
  (DOT). Office of Small and Disadvantaged Business Utilization
  (OSDBU) has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime  interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000.00. For further information
  and applicable forms concerning the STLP call the OSDBU at
  (800) 532-1169. For information concerning the acquisition
  contact the contracting official listed above.''
CITE: (M-355 SN014309)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--BAFFLE,AIR
SOL FD2030-97-49531
DUE 021097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Alex Varughese/Lpdpb/[405]739-5490
DESC: Item 0001 NSN 2840-01-368-6542PR P/N: 1523M96P01, Item
  is an air  baffle,an integral part of the HPT nozzle inner
  support. Circular in configuration. Function is to deflect
  the compressor air around the in support for cooling. Dimensions
  are 3 in wide by 23 in DIA. Material is inco 718 used on F110-100/129
  ENGS,F16C/D ACFT. 54EA. Applicable to: F110-100/129 Engines.
  Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 AUG
  97 27 ea 30 SEP 97 27 ea The approximate issue/response date
  will be 10 JAN 97. The anticipated award date will be 10 Mar
  97. Written procedure will be used for this solicitation. To:
  General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: An Ombudsman has been appointed to hear concerns from
  offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-355 SN014394)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components--Potential Sources
  Sought
OFFADD: USCG Engineering Logistics Center, CODE 047/53, 2401
  Hawkins Point Rd., Baltimore, MD 21226
SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS
SOL 15 days after this notice
POC Jo Ann L. deBullet, Contract Specialist, (410) 762-6485 or
  Nancy M. Dean, Contracting Officer, (410) 762-6461.
DESC: Potential Source Sought. The Coast Guard is seeking qualified
  sources that can overhaul/repair Pratt & Whitney Power Turbines,
  FT4A's (-2), (-6), and (-12). All efforts shall be in accordance
  with Pratt & Whitney/Turbo Power & Marine Systems, Inc. specification,
  standards and recommended procedures for Marine Power Turbines.
  The power turbines are utilized on the 378' High Endurance
  Cutters and the 400' Ice Breakers. A requirements type contract
  for one (1) base year and one (1) option year is anticipated.
  This will be a Full and Open Competitive Requirements using
  OEM Pratt & Whitney parts only. Technical data and/or drawings
  pertaining to   Pratt & Whitney parts are not available within
  the Government and are proprietary to Pratt & Whitney. Accordingly,
  it is believed that this non-availability of technical data
  precludes the USCG Engineering Logistics Center from obtaining
  competition (for parts only) as they are available from only
  one source. However, other organizations having the expertise
  and required capabilities to provide equivalent parts are invited
  to submit complete information discussing their capabilities
  as follows: (i.e., salient physical, functional and serviceability,
  characteristics) (1) Show that they have satisfactorily manufactured
  the part for the government or the prime equipment   manufacturer;
  or (2) submit complete and current engineering data comparing
  the offered parts to the OEM's to demonstrate the acceptability
  of the parts. Organizations having the capabilities and expertise
  required are invited to submit complete detailed information
  discussing their capabilities in duplicate within fifteen (15)
  days of this announcement. No cost or pricing data is required.
  This is not a Request for Proposal (RFP). The Government does
  not intend to pay for the information solicited. Responses
  must be concise and be specifically directed to the requirement
  mentioned above. Concerns that respond to the notice must fully
  demonstrate their capabilities   to meet the requirements.
  Adequate detailed data by which to evaluate capabilities should
  be sent to the attention of Jo Ann L. deBullet, Contract Specialist
  (CODE 047/53). THIS NOTICE IS FOR INFORMATION PURPOSES FOR
  MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES:
  The Department of Transportation (DOT) Office of Small and
  Disadvantaged Business Utilization (OSDBU) has a program to
  assist minority, women-owned and disadvantaged business enterprises
  to acquire short-term working capital assistance for transportation
  related contracts. Loans are available under the DOT Short
  Term Lending Program (STLP) at prime maximum line of credit
  is $500,000.00. For   further information and applicable forms
  concerning the STLP call the OSDBU at (800) 532-1169. For information
  concerning the acquisition, contact the contracting official
  listed above. See Number Note 22 and 26.
CITE: (M-355 SN014293)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--FILTER ASSY, VALVE
SOL SP0480-97-R-0206
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Buyer:  Roseanne  Phillips/BL379/ 804-279-3571. contrac ting
  officer:  Stephen  Mason/804-279-3724.
DESC: PR-NO:  ARG96282043001 NSN 2995-00-909-9935, filter assembly,
   valve Vickers Inc., CAGE 99643 P/N 18162.  DSCR does not currently
  have  an approved technical data package available for this
  NSN.  Data is  proprietary or insufficient for competitive
  procurement orogin inspection  required critical application
  item option to extend term of contract - 12  months duration
  of contract period:  60 months total other than full and  open
  (10 U.S.C. 2304(C)(1)) only one source (NOTE 22), intended
  source:   Vickers Inc.  1 -EA Del to (Call contracting office)
  Del by 31 Dec 96.   Trade Agreements Act (NOTE 12) requirement
  will be a requirements contract  with 4 option years.  Minimum
  order quantity is 40 each, maximum order  quantity 100 each.
   Total estimated annual quantity is 320 each.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-355 SN014069)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--COVER ASSEMBLY, STARTER
SOL SP0480-97-R-0122
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Buyer:  Roseanne  Phillips/BL379/ 804-279-3571. contrac ting
  officer:  Stephen  Mason/804-279-3724.
DESC: PR-NO:  ARG96262043004 NSN 2995-00-357-1897, cover assembly,
   starter Vickers Inc., CAGE 90166 P/N 5358 DSCR does not currently
  have  an approved technical data package available for this
  NSN.  Data is  proprietary or insufficient for competitive
  procurement.  Option to extend  term of contract - 12 months.
   Duration of contract period:  60 months  total other than
  full and open (10 U.S.C. 2304(C)(1)) only one source  (NOTE
  22), intended source:  Vickers Inc.  Trade Agreements Act (NOTE
   12) requirement will be a requirements contract with 4 option
  years.   Minimum order quantity is 5 each, maximum order quantity
  135 each.   Total annual quantity is 525 each.  1 -EA Del to
  (Call contracting  office) all responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-355 SN014089)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PUMP, FUEL, METERING AND DISTRIBUTING ON 5 TON MODEL
  M939  SERIES TRUCK.
SOL SP0750-97-Q-0513
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Lori spang,  (614)692-4214.
DESC: PR-NO:  YPC96281002794 NSN 2910-01-218-5158, CAGE 15434
  Part No  3045424-9254 CAGE 7U403 Part No 3045424-9254RX pump,
  fuel injection,  Cummins Engine Co. P/N 3045424-9254. no additional
  technical data  available at DCSC for this solicitation.  20
  -EA Del to Lathrop CA 95330  Del by 100 days after date of
  delivery.  29 -EA Del to New Cumberland PA  17070-5001 Del
  by 100 days after date of delivery.  See NOTE 1.  Small  business
  size standard is 500 employees.  Solicitation not available
   until 15 days after published in the CBD.  Specifications,
  plans or drawings  are not available.  Automated Best Value
  Model (ABVM) applies.  While  price may be a significant factor
  in the evaluation of offers, the final award  decision will
  be based upon a combination of price and past performance,
   as described in the solicitation.  Delivery Evaluation Factor
  (DEF) applies.   While price is a significant factor in the
  evaluation of offers, the final  award decision will be based
  upon a combination of price and past  performance as described
  in this solicitation.  Automated Best Value Model  (ABVM) and
  Delivery Evaluation Factor (DEF) apply.  While price is a 
  significant factor in the evaluation of offers, the final award
  decision  will be based upon a combination of price, delivery,
  and past  performance as described in in the solicitation.
   All responsible sources may  submit offer which DCSC shall
  consider.
CITE: (I-355 SN014134)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--HEAD ASSEMBLY, HYDRA
SOL SP0750-97-Q-0527
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Julie Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96284001951 NSN 2910-00-871-5435, CAGE 01843
  Part No  HD9065A CAGE 19207 Part No 10914599 head assembly,
  hydramatic.  Ambac  Intl Corp. FSCM 01843, P/N HD9065A.  No
  additional technical data is  available at DCSC for this solicitation.
   151 -EA Del to (Call  contracting office) Del by 60 days after
  date of award.  Solicitation not  available until 15 days after
  published in the CBD.  Specifications, plans  or drawings are
  not available.  This is an unrestricted acquisition with a
   10% preference for SDB concerns.  Delivery Evaluation Factor
  (DEF)  applies.  While price is a significant factor in the
  evaluation of offers,  the final award decision will be based
  upon a combination of price and  past performance as described
  in this solicitation.  All responsible  sources may submit
  offer which DCSC shall consider.
CITE: (I-355 SN014135)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PLATE SET, ATOMIZER. ON MODEL GTC100-54 BURNER
SOL SP0740-97-Q-0591
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96241000664 NSN 2910-00-220-5539, CAGE 04320
  Part No  AV3000-23 CAGE 71895 Part No D2N23346-23 CAGE 72599
  Part No 371570-23 CAGE  92264 Part No 511150-23 CAGE 99193
  Part No 371570-23 "plate set,  atomizer, includes two plates,
  one plate has single orifice, other  plate has nozzle. P/O
  fuel injection system, applicable for gas turbine  engine".
   507 -SE Del to Cherry Point NC 28533-5001 Del 90 days after
   award.  Solicitation not available until 15 days after published
  in the CBD.   Specifications, plans or drawings are not available.
   This is an  unrestricted acquisition with a 10% preference
  for SDB concerns.   Automated Best Value Model (ABVM) applies.
   While price may be a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combinaiton
  of price and past performance, as described in the  solicitation.
   Delivery Evaluation Factor (DEF) applies.  While price is
   a significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance as  described in this solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-355 SN014149)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PLUG, FILLER (NON-VENTED). ON M1 SERIES TANKS.
SOL SP0750-97-Q-0489
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96318000580 NSN 2910-01-115-1572, CAGE 01417
  Part No  XM6349-1 CAGE 19207 Part No 12273121-1 CAGE 97484
  Part No b-6542 P plug,  filler (NON-VENTED).  Per army (19207)
  drawing 12273121, Part No.   12273121-1, and all related data.
   527 -EA Del to New Cumberland PA  17070-5001 Del by 250 days
  after date of award.  262 -EA Del to Lathrop  CA 95330 Del
  by 250 days after date of award.  See NOTE 1.  Small  business
  size standard is 500 employees.  Solicitation not available
   until 15 days after published in the CBD.  Written requests
  for drawings  are to be submitted to Defense Supply Center,
  Columbus, Attn: DSCC-VTRD,  P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX (614)692-2998 or Call  (614)692-2344.  Requests should
  include the IFB/RFP/RFQ number, opening/  closing, NSN, YPC/ZPC
  or NPC number; buyer's name and your complete name  and address.
   Federal, military and commercial specifications cannot be
   provided by DSCC.  Automated Best Value Model (ABVM) applies.
   While  price may be a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combination
  of price and past performance,  as described in the solicitation.
   Delivery Evaluation Factor (DEF) applies.   While price is
  a significant factor in the evaluation of offers, the final
   award decision will be based upon a combination of price and
  past  performance as described in this solicitation.  Automated
  Best Value Model  (ABVM) and Delivery Evaluation Factor (DEF)
  apply.  While price is a  significant factor in the evaluation
  of offers, the final award decision  will be based upon a combination
  of price, delivery, andpast performance  as described in the
  solicitation.  All responsible sources may submit offer  which
  DCSC shall consider.
CITE: (I-355 SN014164)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--PLATE, TURBINE, BALANCE. EXCEPTION DATA AS FOLLOWS:
   1)  SURFACE FINISH IN ACCORDANCE WITH
SOL SP0740-97-Q-0642
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Alicia M. Ray/692-2 370
DESC: PR-NO:  YPC96310002871 NSN 3040-00-015-2188, CAGE 24617
  Part No  6844615 CAGE 63005 Part No 6844615D plate, turbine,
  balance. I/A/W  Allison Division of General Motors drawing
  6844615.  534 -EA Del to  Kelly AFB TX 78241-5312 Del by 21
  Apr 97.  Solicitation not available  until 15 days after published
  in the CBD.  Specifications, plans or drawings  are not available.
   Automated Best Value Model (ABVM) applies.  While  price may
  be a significant factor in the evaluation of offers, the final
  award  decision will be based upon a combination of price and
  past performance,  as described in the solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-355 SN014140)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--LEVER, MANUAL CONTROL MATERIAL USE SAE 1008-SAE1020
SOL SP0750-97-Q-0505
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lori spang (614) 69 2-4219
DESC: PR-NO:  YPC96211001725 NSN 3040-00-737-3238, CAGE 19207
  Part No  7373238 CAGE 22852 Part No 757M3 CAGE 26051 Part No
  MT82L lever, manual  control. I/A/W army drawing 7373238. 
  400 -EA Del to New Cumberland PA  17070-5001 Del by 100 days
  after date of award.  564 -EA Del to Lathrop  CA 95330 Del
  by 100 days after date of award.  See NOTE 1 small business
   size standard is 500 employees.  Solicitation not available
  until 15 days  after published in the CBD.  Written requests
  for drawings are to be  submitted to Defense Supply Center
  Columbus, Attn: dsccvtrd, P.O. Box  3990, Columbus OH 43216-5000,
  by FAX (614) 692-2998 or Call (614) 692-2344.   Requests should
  include the IFB/RFP/RFQ number, opening/closing date NSN  YPC/ZPC
  or NPC number; buyer's name and your complete name and address.
   federal, military and commercial specifications cannot be
  provided by  DSCC.  Delivery Evaluation Factor (DEF) applies.
   While price is a  significant factor in the evaluation of
  offers, the final award decision  will be based upon a combination
  of price and past performance as  described in this solicitation.
   All responsible sources may submit offer  which DCSC shall
  consider.
CITE: (I-355 SN014148)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--BELTS, V, MATCHED SET OF 2. 3/4 IN. TOP WIDTH, 40
  7/8 IN.  EFFECTIVE LENGTH, PLAIN, NOTCHED OR
SOL SP0750-97-Q-0435
DUE 012197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Shirley Walker,  (614)692-3515.
DESC: PR-NO:  YPC96304001074 NSN 3030-00-791-1357, CAGE 04NP0
  Part No  24407 CAGE 15434 Part No 178634 CAGE 24161 Part No
  607 set 2 CAGE 81300  Part No 24408 set 2 CAGE 82181 Part No
  2207-1065 belts, V, matched set  of 2. 3/4 IN. top width, 40
  7/8 IN. effective length, plain, notched,  or cogged. Goodyear
  P/N 24407, Gates rubber P/N 8176-0019, Cummins P/N  78634.
   No additional Tech data avaialble at DCSC.  5,664 -SE Del
  to  Memphis TN 38114-5210 Del by 80 days after date of award.
   Solicitation  not available until 15 days after published
  in the CBD.  Specifications  plans or drawings are not available.
   This acquisition is for supplies for  which the government
  does not possess complete, unrestrictive technical  data; therefore,
  the government intends to solicit and contract with  only approved
  sources under the authority of 10 U.S.C.  2304(C)(1).   Approved
  sources are:  Goodyear tire, lume, Cummins engine, Gates  ruber,
  and Dayco.  Automated Best Value Model (ABVM) and Delivery
   Evaluation Factor (DEF) apply.  While price is a significant
  factor in the  evaluation of offers, the final award decision
  will be based upon a  combination of price, delivery, and past
  performance as described in the  solicitation.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-355 SN014159)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR, SPUR. STEEL, 22 TEETH, 16 DIAMETRAL PITCH,
  25  DEGREES PRESSURE ANGLE, 1.500 INCHES OUTSIDE
SOL SP0740-97-Q-0641
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Alicia Ray/692-2370
DESC: PR-NO:  YPC96324000540 NSN 3020-01-084-3967, CAGE 63005
  Part No  23001425 gear, Spur. steel, 22 teeth, 16 diametral
  pitch, 25 degrees  pressure Angle, 1.500 inches outside diameter,
  0.438 inches overall  length, 0.438 inches face width, splined
  bore:  28 teeth, 32/64  diametral pitch, 30 degrees pressure
  Angle 0.8750 inches pitch diameter,  0.438 inches bore length.
  Allison Div. of general motor Corp.  Part  number 23001425.
  technical data available not adequate for manufacturing  purposes.
   63 -EA Del to Kelly AFB TX 78241-5312 Del by 29 May 97.  
  Solicitation not available 15 days after published in the CBD.
    Specifications, plans or drawings are not available.  Automated
  Best Value  Model (ABVM) applies.  While price may be a significant
  factor in the  evaluation of offers, the final award decision
  will be based upon a  combination of price and past performance,
  as described in the solicitation.   All responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-355 SN014166)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30--BELL CRANK
SOL N0038397RN081
DUE 012997
POC Contact Point, Harry G Burkart, 0233.12, (215)697-4870, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Francis
  X Mcglinn, 0233.04, (215)697-3453
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-3040-01-232-9182-LU, SPEC NR TDP VER 002, Ref Nr 65415-11251-044,
  Qty 44 EA, Deliver to Receiving Officer Bldg 147 Cherry Point
  NC -----,Drawings not available., See Note 22
CITE: (I-355 SN014177)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WW7), Rock Island, IL
  61299-7630
SUBJECT: 30--PLATE, RETAINING, SHA
SOL DAAE20-96T0489
DUE 021797
POC Contract Specialist: Carol Staib (309) 782-7114, PCO: Barry
  R. Hartleben (309) 782-7116
DESC: 3040-01-219-6721, Part Number 12009247. Plate, retaining,
  5.75 dia. x 1.25 thickness with several groves and several
  threaded holes, plate externally threaded 5.75 - 12 ACME-3C.
  Requirements are 360 ea Plate, Retaining, Sha. For use on the
  M198 Towed Howitzer. FOB is Destination. All or part of this
  action is an unfunded FY97 requirement. Proposed contract is
  a 100 percent small business set-aside. ANSI/ISO/ASQC Q9002
  or equivalent is required, acceptance inspection equipment
  (AIE) is required. Estimated issue date of this solicitation
  is 011697. Failure to properly address requests for solicitation
  in accordance with this CBD notice will result in non-receipt
  of the solicitation package. Failure to properly address bids/offers
  in accordance with solicitation instructions may result in
  a late bid which cannot be considered. Written, fax or electronic
  requests for solicitation packages are accepted. No telephone
  requests will be honored. Requests for copies of this solicitation
  should include your commercial and government entity (CAGE)(if
  a CAGE code has been assigned to you) along with your name,
  address, datafax number, and solicitation number. The fax number
  for requests is (309) 782-4728. Electronic requests may be
  accepted through the Automated Acquisition Information System
  (AAIS). All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-355 SN014217)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 30--GEARBOX
SOL F40650-97-Q-0018
DUE 011597
POC Alan C. Fudge, Contracting Officer, (615) 454-7841
DESC: This procurement is for a gearbox, 150 horsepower, service
  factor 2, input RPM 1775, output RPM 106.29, gear ratio 16.7-1,
  must be a direct replacement for Philadelphia Gear Model 3512UBHTC,
  serial #530376. Firms responding to this synopsis should do
  so to facsimile number 615-454-7330 and indicate whether they
  are a small disadvantaged business concern.
CITE: (I-355 SN014326)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BUSHING 78286 UNITED TECHNOLOGIES
SOL SP0500-97-Q-J797
DUE 122496
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/HAA24/215-697-2809 buy er:
   Kay  Nobel/HAA24/215-697-2809
DESC: PR-NO:  YPI96283004808 NSN 3120-01-214-0177, 8,200 -EA
  Del to New  Cumberland PA 17070-5001 Del by 24 Nov 96.  RFQ
  due date:  96DEC24  incremental bidding:  primary qty:  8200
  1ST alt qty:  9000 2ND alt qty:   10,000 delivery schedule:
   120 offers will be evaluated with a 10%  preference for small
  disadvantaged business concerns.  NOTE 9 applies to  obtain
  a copy of this solicitation please send FAX to 215-697-6333
  or X1462  or X2978.
CITE: (I-355 SN014098)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--RETAINER AND ROLLERS UNITED TECHNOLOGIES CORP (73030)
SOL SP0500-97-Q-J628
DUE 010197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Denise lowry/HCB20/X3653. buyer:  Denise
   lowry/HCB20/X3653.
DESC: PR-NO:  YPI96310003112 NSN 3110-00-517-9090, Technologies
  Corp  CAGE 73030, P/N 97075 610 -EA Del to Robins AFB GA 31098-1887
  Del by 23  Feb 97.  RFQ due date:  02 Jan 97.  Primary quantity:
   610.   Deliveries to CONUS (excluding Alaska).  Delivery schedule:
   120 days  ADO.  Offers will be evaluated with a 10% preference
  for small  disadvantaged business concerns.  Specs/Dwgs are
  not required.  To  obtain a copy of this solicitation, please
  send FAX request to (215)  697-6333 or X1462 or X 7928.
CITE: (I-355 SN014101)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR SMITH INDUSTRIES AEROSPACE
  & DEFENSE  SYS.(35351)
SOL SP0500-97-Q-H906
DUE 012497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Steve Ewing/HAB20/X9236 buyer:  STE
  VE  Ewing/HAB20/X9236
DESC: PR-NO:  YPI96345000517 NSN 3110-00-948-6093, 131700-03,
  critical  application, used on a-10 A/C and h-53 H/C, displacement
  gyro vendor  substantion required 1,500 -EA Del to New Cumberland
  PA 17070-5001 Del by  11 Jan 97.  RFQ due date 97 Jan 24 primary
  quantity 1500 delivery  schedule:  180 days offers will be
  evaluated with a 10% preference for  small disadvantaged business
  concerns.  While price will be a significant  factor in the
  evaluation of offers, the final contract award price will be
   based upon a combination of price and delivery as described
  in section M of  this solicitation.  Other NOTES:  to obtain
  a copy of this solicitation  please send FAX request to (215)
  697-6333 or X1462 or X2978.  Specs/Dwgs are  not required.
CITE: (I-355 SN014120)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000
SUBJECT: 34--VALVE ASSEMBLY
SOL N00181-97-R-0017
POC Cindi Newcomb, Code 531.4C, (757) 396-8352; Nancy Hassell-Sitar,
  Code 532, (757) 396-8352
DESC: Four (4) each valve assembly rotary, 3-way diverter, 6"
  IPS, 150 PSIG, Navy standard flanges, monel body and trim,
  180 PSIG and 95 degree temperature rating, Leslie Control class
  ERVBNX, drawing 31244N Rev. B.  F.O.B. destination to Norfolk
  Naval Shipyard, Portsmouth, VA 23709-5000.  Shock test reports,
  PTD's and manuals.  The closing date for receipt of offers
  will be specified in the solicitation when issued.  Fax and/or
  phone requests to this notice are not allowed and will not
  be considered.  All requests for copies of this solicitation
  must be in writing and submitted via regular or expedited mail
  service to Contracts Division, Code 531.4C/Cindi Newcomb, Fleet
  & Industrial Supply Center, Norfolk Naval Shipyard Annex, Bldg.
  1500, 2nd Floor, Portsmouth, Va 23709-5000.  Numbered note
  22 applies.
CITE: (I-355 SN014261)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD
  AVE, ANNISTON AL 36201-4199
SUBJECT: 34--RETROFIT OF TWO (2) SKIAKY, INC., TYPE GMRX-50 SEAM
  WELDING MACHINES.
SOL DAAC01-97-R-0005
DUE 013096
POC Contract Specialist WANDA ADAMS (205) 235-6319 Contracting
  Officer Cathy C. Higginbotham (205) 235-7323 (Site Code DAAC01)
DESC: Contractor shall be responsible for the retrofit of two
  (2) each ID/OD recouperator resistance seam welders. Each resistance
  welder is a Sciaky, Inc., type GMRX-50 single phase, computer
  controlled electric resistance, low-inertia gun model, seam
  weling machine, for welding ID and OD joints. The present Mark
  VII computerized welding control shall be removed and replaced
  with a VME (Versa Module European) computerized welding system
  to control and monitor all welding and positioning functions
  for each f two single phase resistance welders. New hardware
  such as encoders, drive motors, air solenoids, etc. shall be
  included in the retrofit. No remanufacturing of mechanical
  components, other than those necessary to update the machine
  to a VME-based controller, shall be performed. This is a negotiated
  100% set-aside for small business procurement. All responsible
  sources may submit a bid which shall be considered. Rquests
  for solicitation must be in writing and are acceptable by FAX
  at 205/235-6353. Telephone request will not be acknowledged.
CITE: (I-355 SN014272)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: 482nd Operational Contracting Office, 29050 Coral Sea
  Blvd, Box 50, Homestead Air Reserve Station, Florida 33039-1299
SUBJECT: 34--ENGRAVING/CUTTING MACHINE
SOL FA6648-96-T2981
DUE 012497
POC Johnnie Jacobs Jr. (305) 244-7403, or R.T. Andry (305) 244-7405,
  Contracting Officer Gloria Reed (305) 224-7066.
DESC: The Homestead Operational Contracting Office intends to
  solicit quotations in accordance with FAR, Part 12 Acquisition
  of Commercial Items, for 1 each, Engraving/cutting Machine,
  24" x 18" work area, size: 38" high x 43" wide x 34" deep,
  25 watt, air cooled, RF driven, sealed CO2 laser, computer
  compatible, LCD display, blower/exhaust, single phase, 110V
  AC, 15 amp, 60Hz. Standard is Universal Laser System's CO2
  Laser System P/N ULS-25PS. Requests for solicitation packages
  must be in writing, to the above address or by FAX (305) 224-7055.
  Requests should include RFQ number, company name, address,
  phone number and FAX number, business size and point of contact.
    Quotation on other than the standard must be accompanied
  by specifications. Interested parties must respond to this
  synopsis no later than 27 Dec 96. All responsible sources may
  submit an offer which will be considered. See Note 1.
CITE: (M-355 SN014311)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: General Service Administration, Business Service Center,
   (7FXIS-K5) 819 Taylor St., room 6A24, Fort Worth, TX. 761026195
SUBJECT: 35--WRAPPING AND PACKAGING MACHINERY
SOL 7FXI-K5-96-3503-S
DUE 022097
POC John Bell Contract Specialist, 817/9787391
DESC: Preinvitation notice scheduled to issue on or about 01/02/97.
    Solicitation scheduled to issue on or about 01/20/97.  1.
  23 NSNS 11. see  NOTE 12 (trade agreement) 13. all responsible
  sources may submit an offer  which will be considered.
CITE: (I-354 SN014027)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Contracting Office, Siuslaw National Forest, P.O. Box
  1148, Corvallis, OR 97339
SUBJECT: 35--ELECTRONIC TICKET DISPENSING MACHINES
SOL SOL R6-12-97-402
DUE 022197
POC Contact, Administrative Services, 541/750-7118
DESC: It is the intent of the Government to purchase through
  a supply contract six Pay and Display Electronic Ticket Dispensing
  Machines (with credit/debit card acceptance capability), steel
  mounting pedestals, additional cash bags and additional bill
  acceptors. The Forest Service will install each machine, the
  successful Contractor will provide a field representative to
  set up and field-test each machine for operational readiness;
  and, provide on-site training to Forest Service personnel which
  will consist of maintenance, operation, and programming of
  machines. Delivery phases will be outlined in the solicitation.
  This solicitation is 100% set-aside for small business concerns.
CITE: (I-355 SN014204)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment--Potential Sources Sought
OFFADD: HQ AFSOC/PKMZ, 100 Bartley Street, Suite 224, Hurlburt
  Field, FL 32544-5273
SUBJECT: 3830--AIR-TRANSPORTABLE TRAILER, POTENTIAL SOURCES SOUGHT
DUE 012796
POC CARMELLA A. NOLL /CONTRACTING OFFICER HQ AFSOC 100 Bartley
  St. STE 224 Hurlburt Fld. FL 32544-5273 (904) 884-2435    

DESC:  Market  survey/request for information (RFI).   AFSOC
  is soliciting information from public and private sector commercial
  organizations on  the  design and build of an air-transportable
  (tie-down/sling points)  trailer to enhance the rapid deployment
  of the Textron-manufactured mobile microwave landing system
  (MMLS).    The  MMLS is a lightweight, transportable, ground-based
  precision guidance approach system that provides a cat ii landing
  capability for aircraft equipped with MLS avionics.  When deployed
  it is in a split-site configuration with system equipment 
  separated by some extended distance.     The MMLS is currently
  transported  in several  cases weighing 1500 lbs which can
  be loaded on a 463L Pallet, a M101A2 trailer, or a M998 HMMWV.
   AFSOC seeks a  trailer whose design protects an assembled
  MMLS on the trailer bed during both transportation and operation,
  eliminates the need for transport cases and minimizes time
  (within 5 minutes) needed to setup in the field with minimum
  lifting and attachment of components by field personnel.  
   Trailer must provide a roll on roll off capability; be air-transportable
  by cargo aircraft (C130, C141, C5, C17, UH47, AND V 22)  and
  on the ground with a ball or pintle hook compatible with a
  tow vehicle (HMMWV or ATV QUAD).    Trailer should offer  levelers
  and locking down during field setup;  dual mounting that allows
  the four generators to be removed from the trailer in the field
  if required;  antenna folddown;  split site or collocated siting
  option,.;  Shock and vibration protection during transportation,
  including during towing conditions over paved and unpaved surfaces
  when towed at 55 mph.  Trailer mounting must not degrade the
  ability of the MMLS to meet its system requirements.   Responses
  to this market Survey/Rfi should provide information on fielded
  systems that meet this requirement; fielded systems that can
  be modified  to meet this requirement; or technical capability
  to design/build  with special emphasis on demonstrated experience
  with similar trailer applications.    Firms responding to this
  RFI should indicate whether or not they are a small or small
  disadvantaged business concern as defined in far 52.210-1 and
  52.219-2.   Sic code 3715 applies.  All corporate and proprietary
  information should be so marked and will be fully protected
  to the extend allowed.  Respondents may request and receive
  the technical order for the MMLS by submitting a fax request.
   .responses to the market Survey/Rfi  should be sent to the
  agency or faxed to 904-884-2476.   AFSOC is under no obligation
  to pay for any material provided.  This is not a request for
  proposal, but rather a market Survey/Rfi and may not result
  in a future contract.        
CITE: (W-354 SN014008)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 39--WINCH, DRUM, POWER OPERATED.
SOL SP0750-97-Q-0510
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Lori spang,  (614)692-4214.
DESC: PR-NO:  YPC96264000840 NSN 3950-01-329-9771, CAGE 0EJ14
  Part No  45BDX1L1D CAGE 34623 Part No MA369-21002 CAGE 64678
  Part No 45BDX1L1D  winch, drum, power operated.  Freightliner
  (64678) Part No. 45BDX1L1D  DP Mfg (0EJ14) Part No. 45BDX1L1D
  11 -EA Del to Mechanicsburg PA  17055-0789 Del by 100 days
  from date of award.  9 -EA Del to Tracy CA  95376-5000 Del
  by 100 days from date of award.  See NOTE 1.  Small  business
  size standard is 500 employees.  Solicitation not available
   until 15 days after published in the CBD.  Specifications,
  plans, or  drawings are not available.  Automated Best Value
  Model (ABVM) applies.   While price may be a significant factor
  in the evaluation of offers, the final  award decision will
  be based upon a combination of price and past  performance,
  as described in the solicitation.  Delivery Evaluation Factor
   (DEF) applies.  While price is a significant factor in the
  evaluation of  offers, the final award decision will be based
  upon a combination of  price and past performance as described
  in this solicitation.  Automated  Best Value Model (ABVM) and
  Delivery Evaluation Factor (DEF) apply.   While price is a
  significant factor in the evaluation of offers, the final 
  award decision will be based upon a combination of price, delivery,
  and  past performance as described in the solicitation.  All
  responsible sources  may submit offer which DCSC shall consider.
CITE: (I-355 SN014154)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--WIRE ROPE EXTRA IMPROVED PLOW STEEL, UNCOATED
SOL SP0500-97-Q-J031
DUE 012997
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/X9238. buyer: 
  Bob  Kubiak/VAB22/X9238.
DESC: PR-NO:  YPI96346000763 NSN 4010-00-142-6486, 35 -RL Del
  to  Mechanicsburg PA 17055-0789 Del by 04 Mar 97.  RFQ due
  date:  29 Jan 97.   Primary quantity:  35 deliveries to CONUS
  (excluding Alaska).  Delivery  schedule:  90 days ADO.  Offers
  will be evaluated with a 10% preference  for small disadvantaged
  business concerns.  Specs/Dwgs are not required.   To obtain
  a copy of this solicitation, please send FAX request to (215)
   697-6333 or X1462 or X7928.
CITE: (I-355 SN014121)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 41--COOLER, AIR, EVAPORATIVE CAMPBELLS PORTABLE BUILDINGS
   (0T3G1) TYLER, TX
SOL SP0500-97-Q-K339
DUE 013097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Terri A. Ryder/WFA10/X5516 buyer: 
  Terri  Ryder/WFA10/X5516
DESC: PR-NO:  YPI96351000946 NSN 4120-01-393-3717, technical
  data  availability 16 -EA Del to Mechanicsburg PA 17055-0789
  Del by 25 Mar 97.   15 -EA Del to Tracy CA 95376-5000 Del by
  25 Mar 97.  RFQ due date 97 Jan  30 specs:  cooler, air, evaporative
  primary quantity:  15 delivery  schedule:  130 days NOTE 1
  applies sizestandard:  500 while price will  be a significant
  factor in the evaluation of offers, the final contract  award
  price will be based upon a combination of price and delivery
  as  described in section M of this solicitation.  Other NOTES:
   to obtain a  copy of this solicitation please send FAX request
  to (215) 697-6333 or X1462  or X2978.  Specs/Dwgs are not required.
CITE: (I-355 SN014122)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: 42--MODEL 52 STEEL STRUCTURE COMPONENTS
SOL R1-16-97-451
DUE 021097
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Joan A. McNab, 406/329-3766
DESC: The Forest Service requires delivery of custom fabricated
  steel components for Forest Service Model 52 Fire Engines.
  The quantities are unknown at this time; therefore, an indefinite
  quantity/indefinite delivery contract will be awarded. Delivery
  will be F.O.B. Forest Service Aerial Fire Depot, Missoula,
  Montana. Bids are due February 10, 1997. Estimated start work
  date, April 6, 1997. Contract time, 365 calendar days. Two
  additional option years may be awarded at the Government's
  option. All responsible sources may submit an offer which will
  be considered. The proposed contract is a 100 percent small
  business set-aside.
CITE: (I-355 SN014350)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 43--PUMP,RECIPROCATING
SOL N0010497RGB00
DUE 020797
POC Contact Point, Larry D Eichelberger, 02152.5, (717)790-6449,
  Fax, (717)790-2284, Twx, Not-avail
DESC: NSN 7H-4320-01-182-0200, SPEC NR TDP VER 004, Ref Nr 6532D326-1,
  Qty 10 EA, Delivery FOB Origin, See Note 22
CITE: (I-355 SN014185)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 44--CARTRIDGE TYPE DUST COLLECTOR
SOL N00406-97-R-4038
DUE 021097
POC M. Renville
DESC: 3 each dust collectors, continuous duty, pulse-jet cleaned,
  cartridge type providing a minimum of 8000 sq.ft. of filter
  media area and be a "bag-in/bag-out" type. Units shall be suitable
  tor removing and collecting airborne dust and fine particulate
  byproducts in a moderately loaded exhaust stream resulting
  from large scale ship recycling operations, including cutting,
  welding/burning, sanding and grinding within a enclosure. The
  assembly shall consist of a dust collector and hopper(s), a
  dust collector outlet to blower inlet transition, a blower
  and motor, a flanged multi-blade discharge volume damper, and
  a electrical control panel, all skid mounted within a rigid
  structural frame. MIL-STD 282 applies polychorinated biphenyls
  (PCB) and OSHA certifications required to be submitted with
  equipment delivery. delivery 30 days FOB destination puget
  sound naval shipyard bremerton wa 98314-5000 all responsible
  sources may submit (offer/bids/quotation) which shall be considered
  by the fleet & industrial supply center puget sound telephone
  requests will not be honored Fax requests will be honored at
  (360) 476-2931 100% small business set-aside notes 1 and 9
  and 26
CITE: (I-355 SN014210)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: IHS, Alaska Area Native Health Service, Division of Extramural
  Awards and  Agreements, 250  Gambell Street, Anchorage, Alaska
  99501
SUBJECT: 45--HOT WATER BOILERS
SOL 243-IFB-97-1006
DUE 012297
POC Anna Sharon Okbaok, Contract Specialist (907) 257-1039.
DESC: The Alaska Area Native  Health Service at 250 Gambell Street,
  Anchorage, Alaska 99501 intends to procure Hot Water Boilers.
  F.O.B.  Seattle, WA. The specifications will outline the essential
  characteristics. The solicitation will be ready on or about
  January 2, 1997. Fax No. (907) 257-1144. No telephone  requests
  for the solicitation package will be accepted.
CITE: (M-355 SN014304)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, Missoula, MT 59804
SUBJECT: 45--AIRCRAFT SERVICES
SOL R1-16-97-446
DUE 021897
POC Contact Point, Audrey Boller, 406/329-3764, Contracting Officer,
  Harlan F. Johnson, 406/329-3950
DESC: Furnish four aircraft, fully operated and maintained, consisting
  of three 4-place minimum, high wing, single engine aircraft;
  one 6-place minimum, pressurized twin turbine engine aircraft,
  to be used in the administration of National Forests. Mandatory
  availability periods are May 1 through September 30 for two
  single engine aircraft, June 1 through September 30 for the
  twin engine aircraft and June 15 through September 30 for the
  remaining single engine aircraft. Guaranteed amount for all
  aircraft is S80,000. Proposals are due February 18, 1997. The
  Government has the option to renew for two additional 1 year
  periods. Aircraft are based at Johnson-Bell Field, Missoula,
  Montana. All responsible sources may submit an offer which
  will be considered. The proposed contract is a 100 percent
  small business set-aside.
CITE: (I-355 SN014322)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE, AIR DUCT.
SOL SP0750-97-Q-0506
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lori spang (614) 69 2-4214
DESC: PR-NO:  YPC96242001059 NSN 4720-01-271-6151, CAGE 19207
  Part No  12341591 CAGE 34623 Part No 5589485 20 -EA Del to
  Mechanicsburg PA  17055-0789 Del by 150 days after date of
  award.  55 -EA Del to Tracy CA  95376-5000 Del by 150 days
  after date of award.  See NOTE 1.  Small  business size standard
  is 500 employees.  Solicitation not available  until 15 days
  after published in the CBD.  Written requests for drawings
   are to be submitted to Defense Supply Center Columbus, Attn:
  dsccvtrd,  P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)
  692-2998 or Call  (614) 692-2344.  Requests should include
  the IFB/RFP/RFQ number,  opening/closing date NSN YPC/ZPC or
  NPC number; buyer's name and your  complete name and address
  federal, military and commercial specifications  cannot be
  provided by DSCC.  Automated Best Value Model (ABVM) applies.
   while price may be a significant factor in the evaluation
  of offers, the final  award decision will be based upon a combination
  of price and past  performance, as described in the solicitation.
  Delivery Evaluation Factor  (DEF) applies.  While price is
  a significant factor in the evaluation of  offers, the final
  award decision will be based upon a combination of  price and
  past performance as described in this solicitation.  Automated
   Best Value Model (ABVM) and Delivery Evaluation Factor (DEF)
  apply.   While price is a significant factor in the evaluation
  of offers, the final  award decision will be based upon a combination
  of price, delivery, and  past performance as described in the
  solicitation.  All responsible sources  may submit offer which
  DCSC shall consider.
CITE: (I-355 SN014150)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--FLANGE, PIPE. 70-30 COPPER NICKEL ALLOY MATERIAL,
  2.500  INCH SIZE, SOCKET-WELD TYPE,
SOL SP0770-97-Q-MJ07
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Anna Austin  (614) 692-2486
DESC: PR-NO:  YPC96254000782 NSN 4730-01-421-8828, CAGE 80064
  Part No  810-4715319 item 44 fig 5-C CAGE 80064 Part No 810-4715319
  item 44 SW  flange, pipe.  I/A/W Navy (80064) Dwg 810-4715319.
   130 -EA Del to  McClellan AFB CA 95652-1621 Del by 60 days
  ADO 129 -EA Del to Norfolk VA  23512-0001 Del by 60 days ADO.
  see NOTES (1), and (9).  Solicitation  not available until
  15 days after published in the CBD. Automated Best  Value Model
  (ABVM) and Delivery Evaluation Factor (DEF) apply.  While 
  price is a significant factor in the evaluation of offers,
  the final award  decision will be based upon a combination
  of price, delivery, and past  performance as described in the
  solicitation.  All responsible sources may  submit offer which
  DCSC shall consider.
CITE: (I-355 SN014153)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--DIAPHRAGM ASSEMBLY
SOL SP0740-97-Q-0650
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96296000669 NSN 4810-01-317-7832, CAGE 92003
  Part No  2803760-102 diaphragm assembly. I/A/W Parker-Hannifin
  dertea Aerospace  Group, P/N:  2803760-102.  341 -EA Del to
  Cherry Point NC 28533-5001  Del 90 days after award.  Solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This is an unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery evaluaiton factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014138)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SOLENOID.
SOL SP0740-97-Q-0652
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96310003087 NSN 4810-01-134-5157, CAGE 93835
  Part No  975149-1 CAGE 99643 Part No 60490-1 valve, solenoid.
   23 -EA Del to  Jacksonville FL 32212-0097 Del 190 days after
  award.  Solicitation not  available until 15 days after published
  in the CBD.  Specifications, plans  or drawings are not available.
   This is an unrestricted acquisition with a  10% preference
  for SDB concerns.  Automated Best Value Model (ABVM)  applies.
   While price may be a significant factor in the evaluation
  of offers,  the final award decision will be based upon a combination
  of price and  past performance, as described in the solicitation.
   Delivery Evaluation  Factor (DEF) applies.  While price is
  a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-355 SN014141)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, BUTTERFLY.  ON MCDONNELL DOUGLAS MODEL F-18
  AIRCRAFT.
SOL SP0740-97-Q-0653
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96310003119 NSN 4820-01-198-4043, CAGE 6T459
  Part No  2772012-105 valve, butterfly.  I/A/W Parker-Hannifin
  Corp part number  2772012-105.  21 -EA Del to Cherry Point
  NC 28533-5001 Del 90 days after  award.  6 -EA Del to Tracy
  CA 95376-5000 Del 90 days after award.   Solicitation not available
  until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  This is an  unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination OS price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014142)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--DISK, VALVE
SOL SP0740-97-Q-0651
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96304001182 NSN 4820-01-253-7052, CAGE 92003
  Part No  2852000-101 disk, valve.  175 -EA Del to Cherry Point
  NC 28533-5001 Del  60 days after award.  Solicitation not available
  until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This is an unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluaiton of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-355 SN014160)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves--Potential Sources Sought
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 48--VALVE PACKING SYSTEM (SOURCES SOUGHT)
SOL N00189-97-R-0012
DUE 011597
POC Mr. Bill Shearer, (757) 444-4659  (Fax (757) 445-4502
DESC:    The U.S. Navy is seeking sources who can provide a valve
  packing system that offers long-term protection against leakage
  and valve stem deterioration.  The following areas are of interest
  for a valve packing system and should be addressed by potential
  sources: (1) must have a passive inhibitor, (2) pre-measured
  and pre-cut packing, (3) must be easy to install and remove,
  (4) longevity of packing, (5) reduction in: (a) feed water
  and fuel consumption, (b) ambient temperature/humidity in space(s),
  (c) the level of effort required to adjust and to repack valves
  and, (d) wet lagging; (6) training, (7) support, and (8) removal/installation
  procedures.  Potential contractors are to submit technical,
  and descriptive literature to support above requirements. 
  The descriptive literature may be printed matter, and/or video
  tape (VHS format).  The above requested information is to be
  submitted to: Fleet and Industrial Supply Center Norfolk, Acquisition
  Group, Hampton Roads Detachment, Code 02H1E, 1968 Gilbert Street,
  Suite 600, Norfolk, VA 23511-3392, no later than 4:00 p.m.
  local time, January 08, 1997.
LINKURL: N/A
LINKDESC: 
EMAILADD: hrdet9@mindspring.com
EMAILDESC: 
  address
CITE: (W-355 SN014308)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--COLLIMATOR, TELESCOPE
SOL SP0920-97-Q-A101
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96325000410 NSN 4931-01-243-8617, collimator,
   telescope Micro radian (50223) P/N MRA-107-M6C part numbered
  item.   Products offered clause applies.  PR quantity:  12
  EA 6 EA Del to  Monrovia CA 91017-7105 6 EA Del to New Cumberland
  PA 17070-5001 delivery  schedule:  12 IN 90 days set-aside
  type:  G unrestricted (sole  source/single source) (no preference)
  size standard:  500 all responsible  sources may submit offer
  which DESC shall consider.
CITE: (I-354 SN014056)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 49--REEL ASSEMBLY, HOSE
SOL F09603-97-Q-71128
DUE 021097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Andrea Prichard/Lvka/[912]926-2470
DESC: Item 0001 NSN 4940-01-100-2330YK P/N: 698695, P/N 69869,
  Dim:  Dia. 26", width 8". Matl: Rubber, Steel (screws, adapters,
  washers, studs, springs, hoses, clamps). Funct: Reel assy with
  included hose provides service air for the MC-1A compressor.
  Option: 100%. 100ea. Applicable to: Mc1a A/C. Destn: Robins
  Air Force Base Ga 31098-1611. Delivery: 31 Mar 97 100 ea FAX
  912-926-7572 The approximate issue/response date will be 10
  Jan 97. The anticipated award date will be 03 Mar 97. Written
  procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. nnnn All potential offerors should contact the
  buyer/PCO identified above for additional information and/or
  to communicate concerns, if any, concerning this acquisition.
  If your concerns are not satisfied by the contacting officer,
  an Ombudsman has been appointed to hear serious concerns that
  are not resolved through established channels. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate serious
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. When appropriate,
  potential offerors may contact Ombudsman James Grant, Chief,
  Contract Policy Division, at 912-926-2604. Please be prepared
  to identify previous contacts made by you in an attempt to
  resolve you concerns. Offers in response to solicitations under
  ten million dollars may be evaluated using the competition
  for performance program as follows: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and Past
  performance factors as detailed in the solicitation. This acquisition
  may/does involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
  The Data Package for this requirement is available on CD-ROM
  only. Aperture Cards are not available for this procurement.
  The minimum set-up requirements to view this data package are
  as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse;
  2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1
  or Later; MS DOS, Version 5.0 or Later. See Note (s) 1 26.
CITE: (I-355 SN014397)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: General Service Administration, Business Service Center,
   (7FXIS-K5), 819 Taylor St., room 6A24, Fort Worth, TX. 761026195
SUBJECT: 53--MAGNETIC STRIPS
SOL 7FXI-K5-96-5335-S
DUE 022097
POC John Bell Contract Specialist, 817/9787391
DESC: Solictation scheduled to issue on or about 01/20/97.  1.
  4 NSNS 11.  see NOTE 1 (total set-aside for small business)
  13. all resopnsible  sources may submit an offer which will
  be considered.
CITE: (I-354 SN014026)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--9EAL, PLAIN ENCASED (19207), US ARMY TANK AUTOMOTIVE
   COMMAND
SOL SP0500-97-Q-J997
DUE 010397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Edward F brogan/LCC03/X6182 buyer:
   Sue  McFarland/LCC27/X9363
DESC: PR-NO:  RPI96339001328 NSN 5330-00-740-9550, 30,000 -EA
  Del to  New Cumberland PA 17070-5001 Del by 25 Jan 97.  RFQ
  due date 97 Jan 01  deliveries to CONUS(excluding Alaska).
   Delivery schedule:  90 days  required.  Offers will be evaluated
  with a 10% preference for small  disadvantaged business concerns.
   This purchase is for a national defense  item and therefore
  restricted to U.S. sources.  Other NOTES:  to obtain  a copy
  of this solicitation please send FAX request to (215) 697-6333
  or  X1462 or X2978.  Specs/Dwgs are not required.
CITE: (I-355 SN014097)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN ENCASED PARKER-HANNIFIN CORP. (09523)
SOL SP0500-96-Q-G039
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Dale Harris/LCC01/X2430 buyer:  S 
  Davis/LDA20/X2430
DESC: PR-NO:  YPI96283005547 NSN 5330-01-168-6868, 885 -EA Del
  to  McClellan AFB CA 95652-1621 Del by 30 Jan 97.  RFQ due
  date 97 Feb 10  specs:  Parker-Hannifin P/N 1434-633046 primary
  quantity:  885  deliveries to CONUS(excluding Alaska) delivery
  schedule:  340 days NOTE  12 applies offers will be evaluated
  with a 10% preference for small  disadvantaged business concerns
  this solicitation contains an option for  increased quantity:
   percent:  50 specs/Dwgs are not required to obtain  a copy
  of this solicitation please FAX request to (215) 697-6333,
  X1462,  X2978.
CITE: (I-355 SN014099)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, SLEEVE 80020 NAVAL AIR ENGINEERING CENTER
SOL SP0500-97-Q-9148
DUE 012197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert J Goraj/VBA49/X2894 buyer: 
  Rob  Goraj/VBA49/X2894
DESC: PR-NO:  YPI96283005941 NSN 5365-00-294-1262, outside dia.
   .734-.766 in in side dia. .507-.538 IN 26.0 Rockwell C min
  & 32.0 Rockwell C  max.  12,530 -EA Del to Bremerton WA 98314
  Del by 30 Dec 96.  RFQ due  date 97 Jan 21 specs:  80020 11-20328
  spacer sleeve primary quantity  12530 other NOTES:  at time
  of original solicitation, it was believed  that the actual
  dollar valve wou; D be below $25.000. a shorter  solicitation
  period is desired to avoid further delay.  NOTE 1 applies.
    Sizestandard:  500 other NOTES:  to obtain a copy of this
  solicitation  please send FAX request to (215) 697-6333 or
  X1462 or X2978.  Specs/Dwgs are  not required.
CITE: (I-355 SN014100)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PIN, LATCH BOEING HELICOPTERS (77272)
SOL SP0500-97-Q-K198
DUE 012497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  D. Neff/MAB06/215-697-5057 buyer: 
  Richard  knatz/MAB13/215-697-4298
DESC: PR-NO:  YPI96352000727 NSN 5340-00-757-7201, 16 -EA Del
  to New  Cumberland PA 17070-5001 Del by 07 Aug 97.  RFQ due
  date:  97JAN24 specs:   Boeing P/N 114S5909-58 primary qty:
   100 each deliveries to CONUS  (excluding Alaska) delivery
  schedule:  90 days ADO indefinite delivery  type contract offers
  will be evaluated with a 10% preference for small  disadvantaged
  business concerns.  Drawings/specs are not required.  To  obtain
  a copy of this solicitation please send FAX request to 215-697-6333
   or X1462 or X2978.
CITE: (I-355 SN014103)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PACKING ASSEMBLY CONOVER C E AND CO (07060)
SOL SP0500-97-Q-H822
DUE 011497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Howard Tevelson/LCB20/X6426 buye R:
   Marsha  goldberg/LCB24/X6183
DESC: PR-NO:  YPI96326001143 NSN 5330-01-123-2048, 149 -AY Del
  to  Cherry Point NC 28533-5001 Del by 18 Jan 97.  30 -AY Del
  to New  Cumberland PA 17070-5001 Del by 18 Jan 97.  30 -AY
  Del to Jacksonville  FL 32212-0097 Del by 18 Jan 97.  RFQ due
  date 97 Jan 14 specs:  packing  assembly conover C E & Co primary
  quantity:  30 deliveries to  CONUS(excluding Alaska) indefinite
  delivery type contract offers will be  evaluated with a 10%
  preference for small disadvantaged business concerns  this
  contract action is for supplies for which the government does
  not  possess complete, unrestrictive technical data; therefore
  the government  intends to solicit and contract with only approved
  sources under the  authority of 10 U.S.C 2304 (C) (1) while
  price will be a significant  factor in the evaluation of offers,
  the final contract award price will be  based upon a combination
  of price and delivery as described in section M of  this solicitation
  specs/Dwgs are not required to obtain a copy of this  solicitation
  please FAX request to (215) 697-6333, X1462, X2978.
CITE: (I-355 SN014118)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL RING, METAL 73030 UNITED TECHNOLOGIES, HAMILTON
   STANDARD
SOL SP0500-97-Q-H333
DUE 010397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Rosemarie Rexer/LAC24/X3075 buyer:
   Rosemarie  Rexer/LAC24/X3075
DESC: PR-NO:  YPI96332000805 NSN 5330-01-206-1621, 785 -EA Del
  to  Cherry Point NC 28533-5001 Del by 24 Jan 97.  Specs:  seal
  ring, metal  incremental bidding:  primary quantity:  785 1ST
  alt quantity:  885  deliveries to CONUS(excluding Alaska) delivery
  schedule:  30 days ADO  this is a small set-aside, the size
  standard is 500 NOTE 9 applies to  obtain a copy of this solicitation
  please FAX request to (215) 697-6333,  X1462, X2978.
CITE: (I-355 SN014119)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQX), Rock Island, IL
  61299-7630
SUBJECT: 53--NUT, PLAIN, ROUND
SOL DAAE20-97T0094
DUE 021397
POC Contract Specialist: Myrna Foster (309) 782-7294, PCO: Dave
  L. Elliott (309) 782-3814
DESC: 5310-01-251-8678, Part Number 9377500. Requirements are
  36 each Nut, Plain, Round. For use on the M1A2 Abrams Tank.
  FOB is Destination. ANSI/ISO/ASQC Q9002 or equilavent inspection
  criteria required. Proposed contract is a 100% small business
  set-aside. Estimated issue date of this solicitation is 011397.
  Failure to properly address requests for solicitation in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE)(if a CAGE
  code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309) 782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-355 SN014229)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Sequoia & Kings Canyon National Parks; Ash Mtn Supply
  Center; Three Rivers, CA  93271-9700
SUBJECT: 56--BASE COURSE GRAVEL ROCK
SOL 1443RQ8550-97-002
DUE 011597
POC Technical - Joseph Gambsky, 808-967-7696; Contracting Officer,
  John P. Bauer, 209-565-3180
DESC: Approximately 1400 T of 1-1/2" base course gravel rock
  and 1100 T of 3/4" base course gravel rock meeting State of
  Hawaii specifications, delivered to the job site near Pauahi
  Crater in Hawaii Volcanoes National Park, HI. When calling
  be prepared to state name, address and solicitation number.
  All responsible sources may submit a bid, which, if timely
  received, will be considered. Written or faxed requests for
  this solicitaion will be accepted. Fax No: 209-565-3700.
EMAILADD: patrick_bauer@nps.gov
EMAILDESC: 
CITE: (D-354 SN014002)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Sequoia & Kings Canyon National Parks; Ash Mtn Supply
  Center; Three Rivers, CA  93271-9700
SUBJECT: 56--BITUMINOUS HOT MIX
SOL 1443RQ8550-97-003
DUE 011597
POC Technical - Joseph Gambsky, 808-967-7696; Contracting Officer
  - John P. Bauer, 209-565-3180
DESC: Approximately 600 T of bituminous hot mix meeting State
  of Hawaii specification V, delivered to the job site near Pauahi
  Crater in Hawaii Volcanoes National Park, HI. When calling,
  be prepared to state name, address, and solicitation number.
   All responsible sources may submit a bid, which, if timely
  received, will be considered. Written or faxed requests for
  this solicitation will be accepted. Fax No: 209-565-3700
EMAILADD: patrick_bauer@nps.gov
EMAILDESC: 
CITE: (D-354 SN014005)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: 89th Contracting Squadron/LGCS, 1419 Menoher Drive, Andrews
  AFB, MD 20762-6500
SUBJECT: 58--SIMULTANEOUS INTERPRETATION SYSTEM
SOL FA4416-97RA016
DUE 013197
POC Contact Point, POC: L. Ray, Contract Specialist, TSgt Piedmonte,
  Contracting Officer.  Phone (301) 981-2366/Facsimile (301)
  981-1911; All responses to this synopsis must be in writing.
  Telefax responses welcome
DESC: Request for Proposal (RFP) for commercial items prepared
  in accordance with format in FAR Subpart 12.6, as supplemented
  with additional information included in this notice.  Prices
  preferred as FOB Destination to Andrews AFB, MD.  Vendors quoting
  other than FOB Destination must include all freight and shipping
  charges with their quotation at the time of the offer.  Responses
  to this RFP must be received by 31 Jan 97, 2:00 P.M., Eastern
  Standard Time. Delivery and Finance addresses will be provided
  upon award.  Award is to be based upon price and other factors
  in accordance with FAR Clause 52.212-2 and as specified in
  descending order of importance:  1. Past Performance with regard
  to the offers ability to obtain, manufacture or provide and
  deliver the supplies in the time specified, 2. Technical capability
  and quality of the items offered and 3. Price. Past performance
  and technical capability and quality rate considerably higher
  than Price.  Offers are required to document Past Performance
  suitably and provide opportunity for verification. Award will
  be in the aggregate on all "ALL or NONE" basis.  Required Delivery:
   90 Calendar Days.  This solicitation is 100 percent Small
  Business Set Aside.  SPECIFICATIONS:  Contractor to furnish
  all parts, labor, material and equipment for a Simultaneous
  Interpretation System (SIS) capable of supporting up to six
  languages simultaneously.  System will include redundancy of
  key equipment to provide back-up capability. The following
  provisions apply to this acquisition:  FAR 52.212-1, Instructions
  to Offerors-Commercial Items; FAR 52.212-2, Evaluation- Commercial
  Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial
  Items; and FAR 52-212-4, Contract Terms and Conditions-Commercial
  Items, and 52.212-5, and 52.212-5, Contract Terms and Conditions
  Required to Implement Statues or Executive Orders - Commercial
  Items.  All inquiries and concerns must be addressed in writing.
  Facsimile requests will be accepted.  No collect calls will
  be accepted. Interested sources must provide product information/data
  at time of submission of offer in support of proposed product.
   No exceptions to required data submission on proposed product.
   Failure to provide such information with your offer, may render
  your offer non-responsive and could cause rejection of offer.
   It is the responsibility of the offeror to insure that the
  offer, with required data, is received at or prior to the noted
  date/time set forth in this announcement.
CITE: (I-354 SN014024)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: 58--SHIPBOARD BLACK ANALOG SWITCHES
SOL N65236-97-R-5603
DUE 012397
POC Point of Contact - Jan Shirey, Code 1115JS, (803)743-8118,
        Contracting Officer, Jean C. Duncan
DESC: Firm fixed price type contract for one (1) SA-2112(V)6/STQ
        shipboard black analog switching system (BAS) and two
  (2)       SA-2112(V)3/STQ BAS systems.  The Standard Industrial
  Classification       (SIC) Code is 3679 with a business size
  standard of 500 employees.        Submit requests for copies
  of solicitation in writing to the above       address, Attn:
  Code 1115JS or fax request to (803)743-6160.  This       procurement
  will be issued on a sole source basis to Palomar Products,
        Carlsbad, CA.  Note #22 applies.
EMAILADD: shireyj@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-355 SN014195)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey   07703-5008
SUBJECT: 58--BROAD AGENCY ANNOUNCEMENT (BAA) FIREFINDER AN/TPQ-37
  BLOCK II   PROGRAM
SOL DAAB07-97-R-S609
DUE 011797
POC Point of Contact - Virginia Knight, Contract   Specialist,AMSEL-AC-CC-C-CR
  908-532-4347. Contracting Officer,Yvonne H. Bova,   AMSEL-AC-CC-C-CR
  908-532-4347.
DESC: :  This single topic Broad Agency Announcement is issued
  under the   Provisions of paragraph 6.102(d)(2) of the Federal
  Acquisition Regulation (FAR)   which provides for the competitive
  selection of basic research proposals.     Proposals submitted
  in response to this BAA that are selected for award are   considered
  to be the result of Full and Open Competition and are in full
    compliance with the Provisions of Public Law 98-369, "The
  Competition in   Contracting Act of 1984".  Questions concerning
  contractual and pricing   proposal format matters may be directed
  to Virginia Knight, Contract Specialist   at (908) 532-4347.
   Individuals with questions on technical matters may refer
    to Stan Dobies at (908) 427-5244.  Solicitation No. DAAB07-97-R-S609
  will be   used for this effort.  STATEMENT OF WORK: 1.  Scope.
   The intent of the Broad   Agency Announcement (BAA) is to
  gather information on Risk and Cost/Performance   Trade - offs
  associated with achieving the technical parameters of the 
   FIREFINDER  BLOCK II program.  The contractor will have 30
  days to complete   this study. It is the intent of the Government
  to award multiple Firm Fixed   Price (FFP) contracts individually
  not to exceed $50,000.  2.  Background.  PM   FIREFINDER has
  a requirement to upgrade the performance of the current   AN/TPQ-37
  radar system.  An ORD for improvement to the current system
  was   approved in September 96.  The contractor shall use the
  latest version of the   FIREFINDER Block II System Specification
  as the baseline for the technical   requirements.  The contractor
  shall evaluate schedule risk against a baseline   program for
  design, test and delivery of three (3) prototypes within thirty-six
    (36) months after contract award.  3.  Program Overview.
   This BAA is a risk   analysis and trade-off study to determine
  the technical and programmatic   challenges in meeting the
  objectives of the FIREFINDER BLOCK II program.  The   study
  will be used to assess the risk of meeting the design requirements
  within   cost and schedule limitations.  The study will be
  utilized in defining system   performance priorities and program
  requirements to support the competitive   Engineering and Manufacturing
  (EMD) contract.  The key interest of this   analysis is to
  determine the level of risks associated with designing a system
    which meets the Objective values called out in the draft
  Specification vs.   meeting the minimum requirements- defined
  as the Threshold values.  The   contractor shall concentrate
  on requirements which have the greatest impact on   cost and
  schedule and identify the design trade-offs which optimize
  the   performance of the system while maintaining affordability.
   4.  Risk Analysis   and Trade-Offs.  The contractor shall
  provide an analysis, based on his own   conceptual system,
  of the level of risk involved in meeting each of the   technical
  and operational parameters of the current Draft Specification.
   The   contractor shall provide a Level III Preliminary Work
  Breakdown Structure (WBS)   for his design.  Cost, technical,
  and schedule risks should be identified to   the WBS to the
  maximum extent possible.  The contractor shall identify long
    lead items and their estimated delivery schedule.  Major
  hardware cost drivers   shall be identified and their relation
  to the schedule discussed.  The   contractor shall address
  software issues to include level of difficulty, risk   associated
  with software development, estimate range of lines of code,
  and   estimate  re-use of previous software (whether AN/TPQ-36(V)8,
  original   AN/TPQ-37, or other).  5.Cost/Performance Trade-off.
   The contractor shall   provide Cost Performance Trade-offs
  for his design by using cost vs.   performance curves for each
  of the Key Performance Parameters and Best Value   requirements
  to show the effect of moving from Threshold to Objective. 
   6.Schedule:17 January 1997-Receive proposals up to 17 January
  1997;27 January   1997-Award BAA;30 January 1997-IPT General
  Kickoff Meeting;27 February 1997-      Study Report Received.
   PROPOSAL EVALUATION:It is policy of CECOM to treat all   proposals
  as privileged information before award, and to disclose the
  contents   thereof only to Government personnel for purposes
  of evaluation.  All   evaluators are made aware that proposals
  in their possession should not be   duplicated, used or disclosed
  in whole or in part for any purpose other than   for evaluation
  without written permission of the offeror.  If a contract is
    awarded pursuant to an offer resulting from this Broad Agency
  Announcement   (BAA), the terms of the contract should control
  disclosure and use.          Proposals submitted in response
  to this BAA will be evaluated as they are   received.  Proposals
  not considered to have sufficient scientific merit or   relevance
  to the U.S. Army's needs may be rejected without further review.
     Evaluation Factors:  Proposals submitted in response to
  the BAA will be   evaluated with the following criteria: 1.
  The overall technical merit of the   proposal and the degree
  to which they address the trade-off study's goals   listed
  in the SOW; 2. The potential contributions of the proposed
  effort to the   PM FF missions as they relate to enhanced U.S.
  Army capabilities; 3. The   reasonableness and realism of the
  proposed costs for the proposed effort.    PROPOSAL PREPARATION
  AND SUBMISSION INSTRUCTIONS: 1. General. BAA proposals   should
  be submitted not later than close of business on 17 January,
  1997;  Your   transmittal letter as well as the proposal must
  be clearly marked as a CECOM   BAA response and include the
  specific area of interest listed herein.  Copies   of the report
  shall be submitted via electronic mail or on a 3 1/2" floppy
    disk.  Proposals and deliverables shall be provided in Microsoft
  Word 6.0,   and/or Microsoft PowerPoint 4.0, and/or Microsoft
  Excel 5.0.  The proposal   shall be submitted to the following
  address: Commander, U.S. Army CECOM, ATTN:    AMSEL-AC-CC-C-CR
  (Yvonne Hicks Bova), Fort Monmouth, NJ 07703-5008.  Copies
  of   the deliverable shall be submitted to the following address:
  Product Manager,   FIREFINDER, ATTN:SFAE-IEW-FF(Mr. Stan Dobies),
     Fort Monmouth, NJ    07703-5305. Electronic address: dobies@doim6.monmouth.army.mil.
   2.Content of   the Proposal: In presenting the proposal material,
  prospective offerors are   advised that the quality of the
  information is significantly more important   than the quantity.
   Therefore, the offerors are requested to confine their   submissions
  to essential matters, providing sufficient information to define
    their offer and establish an adequate basis for the Government
  to conduct its   evaluation. a. Technical.  The Technical portion
  shall not exceed five (5)   pages in length and should contain
  the information as outlined in the SOW. 3.   Deliverables.
   a. PM FIREFINDER intends to host an Integrated Product Team
     (IPT) Kick-Off Meeting to all BAA recipients within one
  (1) week after contract   award in order to discuss the purpose
  of the study and clarify any contractual   or technical issues.
    b. Scientific and Technical Report.  A written   scientific
  and technical report shall be prepared and delivered not later
  than   30 days after contract award. The report shall cover
  in detail the findings of   the risk analysis and cost/performance
  design trade-off study.  Copies of the   report shall be submitted
  via electronic mail or on a 3 1/2" floppy disk.    Proposals
  and deliverables shall be provided in Microsoft Word 6.0, and/or
    Microsoft PowerPoint 4.0, and/or Microsoft Excel 5.0.  4.
  Government Furnished   Information.  The Government shall supply
  the Contractor with the following   information upon award.
   AN/TPQ-36(V)8 Software Source Code;         AN/TPQ-36(V)8
  Software Requirements Specification (SRS); RCS Data; System
    Threat Assessment (STA).  This BAA will also be located on
  the Electronic   Bulletin Board, at CECOM, Ft. Monmouth, NJ.
   The U.S. Army Communications   Electronics Command (CECOM)
  has established an Electronic Bulletin Board (EBB)   to provide
  electronic transmittal of Request for Proposals (RFPs) and
    Invitations for Bids (IFBs) from Government to Industry.
   All interested   parties wishing to do business with CECOM
  are invited to access, operate, send   and receive data from
  the CECOM EBB system.  To become a user of the EBB, you   will
  need an identification code and password in addition to a computer
    terminal equipped with the necessary hardware and software
  to interface with   the EBB system.  A user's identification
  code and password will be issued upon   request along with
  instructions for downloading the EBB User's Manual.  All  
  requests must include (1) company name, (2) point(s) of contact
  name(s) and   title(s), (3) return address(es) and (4) telephone
  number(s).  Please send your   request in writing to ebb system
  operator, U.S. Army CECOM, AMSEL-AC-SB-AA,   Attn: EBB, Ft.
  Monmouth, New Jersey 07703-5000.  Fax #: (908)-532-6020;  
  Commercial #: (908)-532-3820.  Contractors may request aperture
  cards and   notice of revision(s) via EBB, e-mail, or by written
  request to the Contracting   Officer at the address set forth
  in paragraph 11 above.  Bids shall be   submitted in hard copy
  at the time and place specified in the solicitation.  No  
  bid responses shall be submitted to the Contracting Office.
EMAILADD: knightv@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-355 SN014253)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Contracting Office, RI Air National Guard, 5 Minuteman
  Way, North Kingstown, RI 02852-7504
SUBJECT: 58--DATA CONTROLLER, ANALOG/DIGITAL COMMUNICATIONS INTERFACE
DUE 122096
POC Gwen L. Jones (401) 886-1322, Contracting Officer SMSGT Kenneth
  O. Lewis, (401) 886-1318.
DESC: The RI Air National Guard, 5 Minuteman Way, North Kingstown,
  RI, has a requirement for four Data Controllers, Compact and
  adaptive forward error correction. Operating modes: Half Duplex,
  Full Duplex (Interoperability), Simplex, Channel rate: up to
  16 kbps, Channel Types: UHF, VHF, Telephone line, Message Protocol;
  CSMA, Compatible Devices; KY 0957/58, ANDVT Tacterm and Minterm,
  KY-99, AN/CSZ-12, AN.CSZ-4A, AN/CSZ-1A, STU III, KG-84A/C,
  MST-ICOM. Data Interfaces: RS-232 interface to PC or dumb terminal
  9600 or 19.2 kbps, async. COMSEC Interface: MIL-STD-188-114
  Compatible (2400-16 kbps synchronous). Voice Interface: H-189/H-250
  Handset Power Source: 9 to 30 Vdc.
CITE: (M-355 SN014317)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 11665Z7,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 58--BINOCULAR NIGHT VISION COMPONENTS
SOL N00164-97-Q-0057
DUE 010997
POC Contact point, Ms. Kathy Noel, Code 1165Z7, 812/854-3692,
  Contracting Officer, Mary Sheetz
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested under this announcement, and
  a written solicitation will not be issued. Solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-42 and Defense Acquisition
  Circular 91-11. This procurement is for the following: 100
  ea, 1x sacrificial, drawing #0209508-100; 2 ea, purge kit,
  drawing # JA216170; 50 ea, retainer, L.C. drawing #0241878-100;
  70 ea, lens cover, drawing #0241877-100; 100 ea, L.I.F. adapter,
  drawing # 0241825-100; 201 ea, eyecup assy, drawing #0241821-100;
  25 ea, knob switch, drawing #3202851; 10 ea, label ID, drawing
  #0241881-100; 5 ea, binocular assy, drawing #0241857-100; 11
  ea, housing assy, drawing #0241855-100; 20 ea, eyepiece assy,
  drawing #0241843; 20 ea, RBR mount, drawing #0241960-100; 5
  ea, spanner wrench, P/N 021959; 4 ea, purge adapter, drawing
  #0218875-003; 300 ea, battery cap/cable, drawing #0240890-100.
  These items will be procured on a Sole Source basis from Litton
  Systems Inc., Electro-Optical Systems Division, Tempe, AZ.
  In accordance with FAR 6.302-1 due to proprietary information
  from Litton Systems. Note 22 applies. This is anticipated to
  be a Firm Fixed Price contract. The shipping terms will be
  F.O.B. Destination, Naval Surface Warfare Center, Crane IN
  with the inspection/acceptance at Destination. Delivery will
  be required within 60 days from contract award. Partial Shipments
  are acceptable. Provisions 52.203-3 Gratuities, 52.212-1 Instructions
  to Offerors-Commercial 52.212-4 Contract Terms and Conditions-Commercial
  Items, 52.212-5 Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders-Commercial Items (incorporating
  FAR 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,
  52.225-16 Buy American Act-Supplies under European Community
  Agreement certificate, 52.225-17 Buy American Act-Supplies
  under European Community Agreement, 52.225-18 European Community
  Sanctions for End Products, 52.225-19 European Community Sanctions
  for Services, 52.225-21 Buy American Act-North American Free
  Trade Agreement Implementation Act-Balance of Payments Program).
  The contractor shall extend to the Government the full coverage
  of any standard commercial warranty normally offered in a similar
  commercial sale, provided such warranty is available at no
  additional cost to the Government. Offeror responding to this
  announcement must provide the information contained in 52.212-1,
  Instruction to Offerors-Commercial Items and must include a
  completed copy of provision 52.212-3, Offeror Representations
  and Certifications-Commercial Items. The offeror should also
  provide its Commercial and Government Entity (CAGE) code, Contractor
  Establishment code (DUNS Number) and Tax Identification Number.
  If a change occurs in this requirement, only those offerors
  that respond to this announcement within the required time
  frame will be provided any changes/amendments and considered
  for future discussions and/or award. The offeror's written
  quote and the above required information must be received at
  this office on or before January 9, 1997 at 4:00 PM Eastern
  Std Time. The individual to contact for information regarding
  this requirement is Kathy Noel (812)854-3392 FAX (812)854-3465.
CITE: (I-355 SN014346)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Naval Undersea Warfare Center, Division Keyport, 610
  Dowell Street, Keyport, WA
SUBJECT: 58--END OF RUN LOCATOR TRANSPONDER
SOL N00253-97-R-0008
DUE 021097
POC Victor Angkico, 360/396-5671
DESC: The  Naval Undersea Warfare Center (NUWC) Division Keyport
  intends to acquire approximately 20 each, End-of-Run Locator
  Sonar Transponders (EOR Transponders) utilizing the procedures
  of FAR, Part 12, Commercial Acquisitions. The EOR Transponders
  will be used to locate exercise torpedoes, and shall operate
  whether the torpedo is intact or flooded, floating, on the
  bottom, or buried in mud. The EOR Transponder will be installed
  in the hulls of the following torpedoes: MK46, MK50, MK48 ADCAP,
  and shall use adapter fittings to hold the EOR Transponder
  in each of the torpedoes and to prevent flooding through the
  transponder adapter port. The size of the transponder is significantly
  restricted by space limitations of the torpedoes. The EOR Transponder
  shall have a self-contained power supply so that it will function
  even if the torpedo fails or breaks up. The torpedoes will
  be launched from ships, submarines, or aircraft, and the EOR
  Transponder must function properly after being repeatedly subjected
  to the stresses associated with the transport in and launch
  from, such platforms. The EOR Transponder shall be compatible
  with NUWC's existing ORE Inc, Trackpoint II, interrogation
  and receiver system. The required life of the batteries shall
  be 60 to 90 days depending on activation; volume limitation
  is 58 cu. inch (or less depending of configuration); transmit
  frequency band shall be one frequency between 22-30 kHz; and
  receive frequencies shall be 16kHz and 17kHz. A production
  quantity of 20 units will be required approximatley 120 days
  after first article approval. One first article will be required
  approximately 120 days after contract award. The solicitation
  will be issued on or about 10 Jan 97 with a 30 day closing
  date. This acquisition will be a 100 percent small business
  set-aside. All responsible sources may submit an offer. No
  telephone requests for the solicitation package will be accepted.
  Requests can be faxed to (360) 396-2333. Numbered Note 1 applies.
CITE: (I-355 SN014401)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: 58--SOUND SYSTEM, GATEWAY CHAPEL ANNEX, BLD 6300, LACKLAND
  AFB, TX
SOL F41636-97-R-0024
DUE 012197
POC Austin Foiles, (210) 671-1724, FAX (210) 671-5063
DESC: This is  a combined synopsis/solicition for commercial
  items, prepared in acordance with the format in FAR subpart
  12.6 as supplemented with additional information included 
  in this notice. This announment constitutes the only solicition:
  proposals are being requested and a wrtten solicition will
  not be issued. This solicition is issued as a request  for
  proposal (RFP). Submit quotes (no oral ones), on requisition
  F41636-97-R-0024. This procurement is restricted to small business
  only. This solicition document and  incoporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42. Standard Industrial Code 3692.  Furnish, deliver,
  erect, install and connect completely all of the materials
  and appliances described in th Statement Of Work (SOW). Due
  to the lenghy SOW its not possible to include it in this submission.
  The SOW will be mailed upon written request (no oral request).
  Send  FAX or letter, to Austin, with your company name, address,
  and phone number, Marked for requisition F41636-97-R-0024.
   A site visit is scheduled for 10:00AM, 13 JAN 97. At the Chapel
  Annex Bld 6300, Lackland AFB, TX. Contact the project manager
  Annalaura Farias at (210) 671-4096, on any questions concerning
  the site visit. Desired Delivery: 30 days after award. FOB:
  Destination for delivery is Gateway Chapel Catholic Annex,
  Bld 6300, Lackland AFB, TX. 78236-5000. The provisions at FAR
  52.212-1, Instructions to Offerers--Commercial Terms, applies
  to this acquisition. The clause at FAR 52.212-5, Contract Terms
  and Conditions Required to Implement Statues or Executive Orders--Commercial
  Items, applies to this solicition. Specifically the following
  clauses, cited are applicable to this solicition : FAR 52.222-26,
  Equal Opportunity; FAR 52.222-35, Affirmative Action for special
  disable and Vietnam ERA Veterans; FAR 52.222-36, Afirmative
  Action for Handicapped Workers. The clause at DFARS 252.212-7001,
  Contract Terms and Conditions required to implement Statues
  or Executive Orders applicable to Defense Acquisition of Commercial
  Items, applies to this solicition. Specifically the following
  clauses, cited are applicable to this solicition: DFARS 252.225-7001,
  Buy American Act and Balance of Payment Program. Offerers must
  include with their offer a completed copy of the provosions
  at FAR 52.212-3, Offeror Representations and Certifications--Commercial
  Items, and DFARS 252-212-7000, Offerers and Representations
  and Certifications--Commercial Items, applies to this solicition.
  Award will be based on contractor's experience, lowest price,
  responsible offer. Quotes must be sent in writing to the POC
  indicated above. Quotes are required to be submiited not later
  than 4:00PM (CST), 21 JAN 97, and acceptance must be good for
  60 days. Award will be made on or about 16 FEB 97. All responsible
  sources (SB), may submit an offer, which, if timely received
  will be considered by this agency.****
CITE: (W-355 SN014374)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC DESC FORM 239 DTD 19 SEPT
  95 APPLIES
SOL SP0900-97-T-0627
DUE 123096
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96282000035 NSN 5945-00-690-2707, CAGE 19207
  Part No  8762321 CAGE 21699 Part No 8762321 CAGE 27192 Part
  No 8762321 CAGE 30155  Part No 8762321 CAGE 52401 Part No tsh-1721
  CAGE 78290 Part No 101HXX127  nonpile-up main contact arrangment:
   1 pole, single throw, normally  open momentary action.  Main
  contact maximum voltage rating in volts:   28.0DC. main contact
  load current rating at maximum rated  VOLTAGE*50.0AMPERES DC
  resistive load. operating voltage rating and type  at specified
  temp:  29.0VOLTS DC 25DEG Celsius single winding. nominal 
  operating current rating and type:  500.0MICROAMPERES DC single
  winding.   350 -EA Del to Memphis TN 38114-5210 Del by 09 Apr
  97.  Full and open  competition:  complete, unrestricted data
  package available PR quantity:   1136 EA delivery schedule:
   120 days set aside type:  total small  business size standard:
   500 all responsible sources may submit offer which  DESC shall
  consider.
CITE: (I-354 SN014050)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONTACT, ELECTRICAL
SOL SP0920-97-Q-A104
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96292001263 NSN 5999-00-941-2114, contact, electrical
   SPD (30086) P/N ETN5314; SPD (30086) P/N ETN5967; NMP (58475)
  P/N  6-4035-101A no additional descriptive data available.
   Part numbered item.  products offered clause applies.  PR
  quantity:  74 each various  increments solicited from 25 to
  250 each.  50 EA Del to Mechanicsburg PA  17055-0789 24 EA
  Del to Stockton CA 95296-0130 delivery schedule:  74 IN  90
  days and 50 every 30 days thereafter.  Set-aside type:  G 
  unrestricted (sole source/single source) (no preference) size
  standard:   500 all responsible sources may submit offer which
  DESC shall consider.
CITE: (I-354 SN014051)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0900-97-T-3355
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96305000107 NSN 5945-00-405-8112, CAGE 96906
  Part No  MS27247-1 nonpile-up main contact arrangement:  2
  pole, double throw,  one position momentary. main contact maximum
  voltage rating in volts:   115.0AC and 28.0DC. main contact
  load current rating at maximum rated  voltage:  10.0AMPERES
  DC resistive load, 4.0AMPERES AC and 4.0AMPERES1DC  inductive
  load, 2.0AMPERES DC lamp load, 3.0AMPERES AC and 3.0AMPERES
  DC  motor load. operating voltage rating and type at specified
  temp:   28.0VOLTS DC 25DEG Celsius single winding.  200 -EA
  Del to Mechanicsburg  PA 17055-0789 Del by 01 Apr 97.  300
  -EA Del to Lathrop CA 95330 Del by  01 Apr 97.  Full and open
  cmpetition:  military specification item  various increments
  solicited:  500 to 1249 PR quantity:  500 EA delivery  schedule:
   100 days ASO set aside type:  unrestricted (sole  source/single
  source) (no preference) size standard:  500 all responsible
   sources may submit offer which DESC shall consider.
CITE: (I-354 SN014052)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, TOGGLE
SOL SP0930-97-Q-A127
DUE 012897
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96318000363 NSN 5930-01-417-3767, CAGE 96906
  Part No  MS27708-4 485 -EA Del to Lathrop CA 95330 Del by 30
  Jun 97.  135 -EA  Del to Mechanicsburg PA 17055-0789 Del by
  30 Jun 97.  Full and open  competition:  miitary specificatin
  item various increments solicited:  1  to 1500 PR quantity:
   620 EA delivery schedule:  150 days set aside type:   total
  small business set aside size standard; 750 all responsible
   sources may submit offer which DESC shall consider.
CITE: (I-354 SN014054)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY ASSEMBLE
SOL SP0930-97-Q-A122
DUE 012197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96323000569 NSN 5945-01-015-2964, CAGE 19207
  Part No  11655544 CAGE 27361 Part No BP6641 individual relay
  quantity 1 220 -EA  Del to (Call contracting office) Del by
  09 Dec 96.  Full and open  competition:  complete, unrestricted
  data package available. miitary  specificatin item various
  increments solicited:  250 to 149 EA delivery  schedule:  60
  days set aside type:  unrestricted all responsible sources
   may submit offer which DESC shall consider.
CITE: (I-354 SN014055)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNET
SOL SP0930-97-Q-A124
DUE 012197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96331000368 NSN 5945-01-419-6135, CAGE 99167
  Part No  5907668 1 -EA Del to Altus AFB OK 73523-5110 Del by
  18 Jul 96.  7 -EA  Del to Mechanicsburg PA 17055-0789 Del by
  13 Apr 97.  Other than full and  open competition:  part numbered
  item products offered clause applies  various increments solicited:
   1 to 49 PR quantity:  8 EA delivery  schedule 120 days set
  aside type:  unrestricted (no preferenced) size  standard:
   500 all responsible sources may submit offer which DESC shall
   consider.
CITE: (I-354 SN014057)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE DESC FORM 239 DTD 27 AUG 92 APPLIES
SOL SP0930-97-Q-A111
DUE 012797
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96341000290 NSN 5930-00-501-2086, CAGE 81349
  Part No  M9395/2-02 style designer 30D cylindrical, flange
  Mount nonpile-up  contact arrangement 1 pole, double throw,
  one position momentary contact  voltage rating in volts 28.0
  DC at sea level single voltage 163 -EA Del to  Lathrop CA 95330
  Del by 29 Jul 97.  45 -EA Del to Mechanicsburg PA  17055-0789
  Del by 29 Jul 97.  Full and open competition:  military  specification
  item PR quantity:  353 EA delivery schedule:  353 EA IN  200
  days with 100 EA every 30 days thereafter size standard:  500
  all  responsible sources may submit offer which DESC shall
  consider.
CITE: (I-354 SN014058)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY ASSEMBLE
SOL SP0930-97-Q-A122
DUE 012197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96078001442 NSN 5945-01-015-2964, CAGE 19207
  Part No  11655544 CAGE 27361 Part No BP6641 individual relay
  quantity 1 250 -EA  Del to (Call contracting office) Del by
  07 Mar 96.  Full and oopen  competition:  complete, unrestricted
  data package available. miitary  spcification item various
  increments solicited:  250 to 1249 EA delivery  schedule: 
  60 days set aside type:  unrestricted all responsible sources
   may submit offer which DESC shall consider.
CITE: (I-355 SN014059)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE DESC FORM 239 DTD 27 AUG 92 APPLIES
SOL SP0930-97-Q-A111
DUE 012797
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96120000607 NSN 5930-00-501-2086, CAGE 81349
  Part No  M9395/2-02 style designer 30D cylindrical, flange
  Mount nonpile-up  contact arrangement 1 pole, double throw,
  one position momentary contact  voltage rating in volts 28.0
  DC at sea level single voltage 22 -EA Del to  Mechanicsburg
  PA 17055-0789 Del by 17 Mar 97.  49 -EA Del to Lathrop CA 
  95330 Del by 17 Mar 97.  7 -EA Del to McClellan AFB CA 95652-1621
  Del by  17 Mar 97.  67 -EA Del to Hill AFB UT 84056-5734 Del
  by 17 Mar 97.   Full and open competition:  military specification
  item PR quantity:   353 EA delivery schedule:  353 EA IN 200
  days with 100 EA every 30 days  thereafter set aside tpe: 
  unrestricted with preferential consideration  for SDB size
  standard 500 all responsible sources may submit offer which
  DESC  shall consider.
CITE: (I-355 SN014060)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SOLENOID, ELECTRICAL
SOL SP0930-97-Q-0141
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96162000484 NSN 5945-01-400-0416, CAGE 53711
  Part No  6747291 CAGE 55725 Part No 6747291 44 -EA Del to Mechanicsburg
  PA  17055-0789 Del by 15 Aug 97.  Other than full and open
  competition:   part number item products offered clause applies
  PR quanity:  61 EA  delivery schedule:  200 days set aside
  type:  unrestricted with  preferential consideration for SDB
  size standard:  500 all responsible  sources may submit offer
  which DESC shall consider.
CITE: (I-355 SN014061)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SOLENOID, ELECTRICAL
SOL SP0930-97-Q-0141
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96178000587 NSN 5945-01-400-0416, CAGE 53711
  Part No  6747291 CAGE 55725 Part No 6747291 17 -EA Del to Mechanicsburg
  PA  17055-0789 Del by 05 Sep 97.  Other than full and open
  copetition:  part  number item products offered clause applies
  PR quantity:  61 EA delivery  schedule:  200 days ADO set aside
  type:  unrestricted with preferential  consideration for SDB
  size standard:  500 all responsible sources may submit  offer
  which DESC shall consider.
CITE: (I-355 SN014062)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC DESC FORM 239 DTD 19 SEPT
  95 APPLIES
SOL SP0900-97-T-0627
DUE 123096
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96218000246 NSN 5945-00-690-2707, CAGE 19207
  Part No  8762321 CAGE 21699 Part No 8762321 CAGE 27192 Part
  No 8762321 CAGE 30155  Part No 8762321 CAGE 52401 Part No tsh-1721
  CAGE 78290 Part No 101HXX127  nonpile-up main contact arrangment:
   1 pole, single throw, normally  open momentary action.  Main
  contact maximum voltage rating in volts:   28.0DC. main contact
  load current rating at maximum rated  VOLTAGE*50.0AMPERES DC
  resistive load. operating voltage rating and type  at specified
  temp:  29.0VOLTS DC 25DEG Celsius single winding. nominal 
  operating current rating and type:  500.0MICROAMPERES DC single
  winding.   645 -EA Del to Memphis TN 38114-5210 Del by 08 Oct
  96.  Full and oopen  competition:  complete, unrestricted data
  package available PR quantity:   1136 EA delivery schedule:
   120 days set aside type:  total small  business size standard;
  500 all responsible sources may submit offer which  DESC shall
  consider.
CITE: (I-355 SN014063)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY ASSEMBLE
SOL SP0930-97-Q-A122
DUE 012197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96227000547 NSN 5945-01-015-2964, CAGE 19207
  Part No  11655544 CAGE 27361 Part No BP6641 individual relay
  quantity 1 65 -EA Del  to (Call contracting office) Del by
  06 Sep 96.  Full and open competition:   complete, unrestricted
  data package available.  Military specification  item various
  increments solicited:  250 to 1249 EA delivery schedule:  
  60 days set aside type:  unrestricted all responsible sources
  may submit  offer which DESC shall consider.
CITE: (I-355 SN014064)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, FLOW
SOL SP0930-97-Q-A121
DUE 012497
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96242000477 NSN 5930-01-173-2726, CAGE 04034
  Part No  fs-62113 CAGE 04034 Part No 62113 @NONPILE-UP contact
  arrangement 1 pole,  double T hrow, one position momentary
  @CONTACT voltage rating in volts  240.0 AC at sea level first
  voltage 240.0 DC at sea level second voltage  @CONTACT load
  current rating 40.0 milliamperes R esistive load first  voltage
  40.0 milliamperes resistive load second voltage 7 -EA Del to
   Lathrop CA 95330 Del by 31 Mar 97.  Other than full and open
  competition:   part numbered item various incrments solicited:
   5 to 30 PR quantity:   7 EA delivry schedule:  90 days set
  aside type:  unrestricted (sole  source/single source) (no
  prference) all responsible sources may submit offer  which
  DESC shall consider.
CITE: (I-355 SN014065)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC AND AT MAXIMUM RATED VOLTAGE
  5.0  AMPERES DC
SOL SP0900-96-T-V653
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96249000071 NSN 5945-00-686-8142, CAGE 58614
  Part No  6HEZ92235 CAGE 83298 Part No 1111501 @PILE-UP main
  contact form  arrangement 3A and 3B @MAIN contact maximum voltage
  rating in volts 12 0.0  AC and 28.0 DC @MAIN contact load current
  rating at maximum rat Ed voltage  5.0 amperes AC and 5.0 amperes
  DC resistive load @OPERATING voltage rating  and type at specified
  temp 2.0 volts DC 25 deg Celsius all windings 25 - EA Del to
  Lathrop CA 95330 Del by 12 Nov 96.  11 -EA Del to  Mechanicsburg
  PA 17055-0789 Del by 12 Nov 96.  Other than full and open 
  competition:  part numbered item products offered clause applies
  various  increments solicited:  36 to 74 PR quantity; 36 EA
  delivery schedule:   179 days set aside type:  unrestricted
  (sole source/single source) (no  preference) size standard:
   500 all responsible sources may submit offer  which DESC shall
  consider.
CITE: (I-355 SN014066)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC DESC FORM 239 DTD 19 SEPT
  95 APPLIES
SOL SP0900-97-T-5731
DUE 123096
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96332000103 NSN 5945-00-690-2707, CAGE 19207
  Part No  8762321 CAGE 21699 Part No 8762321 CAGE 27192 Part
  No 8762321 CAGE 30155  Part No 8762321 CAGE 52401 Part No tsh-1721
  CAGE 78290 Part No 101HXX127  nonpile-up main contact arrangment:
   1 pole, single throw, normally  open momentary action.  Main
  contact maximum voltage rating in volts:   28.0DC. main contact
  load current rating at maximum rated  VOLTAGE*50.0AMPERES DC
  resistive load. operating voltage rating and type  at specified
  temp:  29.0VOLTS DC 25DEG Celsius single winding. nominal 
  operating current rating and type:  500.0MICROAMPERES DC single
  winding.   20 -EA Del to (Call contracting office) Del by 20
  Dec 96.  100 -EA Del  to (Call contracting office) Del by 20
  Dec 96.  13 -EA Del to (Call  contracting office) Del by 30
  Nov 98.  8 -EA Del to (Call contracting  office) Del by 05
  Dec 96.  Full and open competition:  complete,  unrestricted
  data package available PR quantity:  1136 EA set aside type:
    total small business size standard:  500 all responsible
  sources may submit  offer which DESC shall consider.
CITE: (I-355 SN014067)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U. S. Department of Commerce, NOAA, Central Administratrive
  Support Center, 601 East 12th St., CC31:CAH, Rm. 1756, Kansas
  City, Missouri 64106
SUBJECT: 59--RBDT SWITCH
SOL 98552CH
POC Charles A. Hughes 816-823-1342
DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase the
  following item as a commercial acquisition under the guidelines
  of FAR Part 13. The Government requires 17 each RBDT Switches,
  NSN: 5961-01-362-0585, Westinghouse p/n 3D55852G01, Cage 97942.
  The item is being purchased in support of the U.S. Dept. of
  Commerce/NOAA, National Logistics Support Center, Kansas City,
  Missouri. The Government does not have drawings or specifications
  for these items. Any small business source, able to provide
  the item specified referenced herein is encouraged to respond
  to this announcement within 15 days after it's publication.
  Interested firms should submit in writing, it's name, address,
  point of contact, telephone number, business size and a brief
  statement regarding its capability to provide the specified
  equipment, and the name, telephone number, and point of contact
  for businesses or other Government agencies to which it has
  previously provided the equipment. This information should
  be submitted to the addresses stated herein or may be faxed
  to telephone number 816-823-3447. A Request For Quotation will
  be issued on or about 15 days from date of this announcement
  and close 10 days from date of issuance. This is not a request
  for proposals and there is no solicitation available at this
  time. The Government reserves the right to solicit bids based
  on receipt of affirmative responses to this notice. The Standard
  Industrial Classification Code is 3679 (Electronic Components,
  N.E.C.). The small business size standard is 500 employees.
  This is a small business set-aside.
CITE: (I-355 SN014259)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, Naval Sea Systems Command, SEA 02612L,  2531
  Jefferson n Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 59--MK 39 EXPENDABLE MOBILE ASW TRAINING TARGETS
SOL N00024-97-R-6102
DUE 022897
POC Joseph Lusardi, Contract Specialist, (703) 602-7707
DESC: The Naval Sea Systems Command plans to conduct a limited
  competition for the production of MK 39 Mod 1 Expendable Mobile
  ASW Training Targets (EMATT).  This will be a full rate production
  contract with three one year options.  Competition will be
  limited, under the authority of 10 U.S.C. 2304 (c) (1), to
  the two qualified producers of the MK 39 EMATT : Sippican,
  Inc., and Sechan Electronics, Inc.. See Numbered Note(s): 1
  and 22.
CITE: (I-355 SN014269)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 59--ANTENNA_BAND 7
SOL F34601-97-R-00641
DUE 021097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Rick Martin/Ladda/[405]739-2582
DESC: Item 0001 NSN 5985-01-399-1736EK P/N: 302502-500, Covered
   antenna, band seven. End Item ident B-1B 1122 antenna mod.
  No other Data avail in D043. 4EA. Applicable to: B-1b_aircraft.
  Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 29 Aug
  97 4 ea The approximate issue/response date will be 10 Jan
  97. The anticipated award date will be 10 Mar 97. Written procedure
  will be used for this solicitation. To: Ball Corp, Bloomfield,
  CO 80020. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: Faxed solicitation requests can be
  submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER
  (405)739-5411. See Note (s) 26.
CITE: (I-355 SN014392)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--OSCILLATOR CRYSTAL
SOL F04606-97-Q-25280
DUE 020797
POC For copy, contact the info office indicated., For additional
   information contact Gogue.3hk/Pklrb/[916]643-0575
DESC: Item 0001 NSN 5955-01-263-7559FD P/N: 4723-02, 4ea. Applicable
   to: An/Mpq-T3. Destn: Mc Clellan Air Force Base Ca 95652-1060.
  Delivery: 30 May 97 4 ea Item 0002 NSN 5955-01-264-2287FD Oscillator
  Crystal P/N: 4723-04, 2ea. Applicable to: An/Mlq-T4. Destn:
  Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97
  2 ea Item 0003 NSN 5955-01-264-2283FD Oscillator, Crystal P/N:
  4723-10, Note 1:Data not avail in govt inventory to determine
  correct dwg no/rev. Reques t contractor specify at time of
  quote control dwg no/rev. 2ea. Applicable to: An/Mlqt-4. Destn:
  Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97
  2 ea Item 0004 NSN 5955-01-264-2289FD Oscillator, Crystal P/N:
  4723-06, 2ea. Applicable to: An/Mlq-T4. Destn: Mc Clellan Air
  Force Base Ca 95652-1060. Delivery: 30 Jun 97 2 ea FAX Requests
  to (916)643-2873. The approximate issue/response date will
  be 10 Jan 97. The anticipated award date will be 28 Feb 97.
  Written procedure will be used for this solicitation. To: Zeta/A
  Div Of Sierra Networks Inc, San Jose Ca 95134 0000. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one source under the authority of FAR 6.202.
  This notice of intent is not a request for competitive proposals.
  however, all proposal received within twenty (20 days) after
  the date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  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. See Note (s) 26.
CITE: (I-355 SN014395)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Surface Warfare Center, Crane, IN 47522-5001
SUBJECT: 59--MINE CONTACT, COAXIAL
SOL N00164-97-Q-0050
DUE 010797
POC Contact Ms. Kathy Noel, Code 1165Z7, 812-854-3692, Conctracting
  Officer, Mary Sheetz
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. Solicitation numbered N00164-97-Q-0050 is issued
  as a Request for Quotation. Solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular 33 and Defense Acquisition Circular 91-9.
  This action is considered a 100% Small Business Set-Aside in
  accordance with FAR 19.502-2(a). The Standard Industrial Code
  is 3678. The Small Business size standard is 500 employees.
  This requirement is for 7800 ea of a mini contact, coaxial,
  electrical, 24 ohms. These contacts will be used in the Interface
  Device Test which will allow test interfaces between Units
  Under Test and consolidated Automated Support System Tester.
  The coaxial contacts will be procured on a Sole source basis
  from Virginia Panel Corp, Waynesboro, VA. In accordance with
  FAR 6.302-1, since Virginia Panel Corp is the source that can
  provide units that will not violate the terms of warranty for
  the CASS Tester. This is anticipated to be a Firm Fixed Price
  contract. The shipping terms will be F.O.B. Destination, Naval
  Surface Warfare Center, Crane, IN with the inspection/acceptance
  at Destination. Delivery will be required within 60 days from
  contract award. Partial Shipments are acceptable. Provisions
  52.203-3 Gratuities, 52.212-1 Instructions to Offerors-Commercial
  52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5
  Contract Terms and Conditions Required to Implement Statutes
  or Executive orders-Commercial Items (incorporating FAR 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, 52.225-16
  Buy American Act-Supplies under European Community Agreement
  certificate, 52.225-17 Buy American Act-Supplies under European
  Community Agreement 52.225-18 European Community Sanctions
  for End Products, 52.225-19 European Community Sanctions for
  Services, 52.225-21 Buy American Act-North American Free Trade
  Agreement Implementation Act-Balance of Payments Program).
  The contractor shall extend to the Government the full coverage
  of any standard commercial warranty normally offered in a similar
  commercial sale, provided such warranty is available at no
  additional cost to the Government. Offeror responding to this
  announcement must provide the information contained in 52.212-1.
  Instruction to Offerors-Commercial Items and must include a
  completed copy of provision 52.212-3, Offeror Representations
  and Certifications-Commercial Items. The offeror should also
  provide its Commercial and Government Entity (CAGE) code, Contractor
  Establishment code (DUNS Number) and Tax Identification Number.
  If a change occurs in this requirement, only those offerors
  that respond to this announcement within the required time
  frame will be provided any changes/amendments and considered
  for future discussions and/or award. The offeror's written
  quote and the above required information must be received at
  this office on or before January 7, 1997 at 4:00 PM Eastern
  Std Time. The individual to contact for information regarding
  this requirement is Kathy Noel (812) 854-3392, FAX (812) 854-3465.
  See Note(s): 22.
CITE: (I-355 SN014345)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: U S BUREAU OF RECLAMATION, CODE 7810, P O BOX 620, GRAND
  COULEE, WA 99133
SUBJECT: 59--TRANSFORMER, SINGLE PHASE, TO REPLACE EXISTING RISHO
  KOGYO TRANSFORMERS PRESENTLY USED IN THE HITACHI EXCITATION
  SYSTEMS IN PUMP GENERATOR UNITS.
SOL 97-1G42000-05290 1425-97-SQ-17-05290
DUE 021297
POC CONTRACTING OFFICER, NORA JENN, 509-633-9509 VOICE, 509-633-9175
  FAX
DESC: Transformer, single phase to be delivered to US Bureau
  of Reclamation, Whse B - Door 6, Industrial Area, Grand Coulee
  WA 99133. Bid package complete with specifications and drawing
  are available by faxing your request to the Contracting Officer
  at
CITE: (I-355 SN014275)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H614
DUE 012997
POC Contact:  for copies of RFQ under sap (available at least
  15  days from announcement) phone or write Attn: dscr-jbp C
  Richmond VA  23297-5358BUYER Kathy Wilgus/BG390/contr act specialist/8042795857
  or FAX  8042796095. Mr. J. R.  West/contracting officer/8042795857.
DESC: PR-NO:  YPG96351000750 NSN 6150-01-018-9197, source control
  item.  ardc 19200 11743106 Rev L DTD 91 Jan 18. see clause
  L59D, 52.217- 9G23,  restriction of alternate offers for source
  control led items. sources:   celtron Inc, CAGE 62765, P/N
  (19200) 11743106, LA barge electronics,  CAGE 16275, P/N 7-1151,
  Amphenol space and missile sys Div, CAGE 06473,  P/N (19200)
  11743106, airbourne controls Inc, CAGE 18865, P/N  abc-51137,
  mid-con cables Inc, CAGE 51880, P/N M6-1105.  Full and open
   competition exists.  220 -EA Anniston all 36201-5021; delivery
  90 days  ARO.  40 -EA to Tracy CA 95376-5000; delivery 90 days
  ARO.  The final  contract award decision may be based upon
  a combination of evaluation factors  (including schedule compliance,
  past performance and price) as described  in the RFQ.  Clauses
  F15, 52.211-9G47 and M4A, 52.211-9G65 apply.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-355 SN014077)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61--POWER SUPPLY SUBASS
SOL N0010497QTN02
DUE 020797
POC Contact Point, Patricia M Mertle, 0244.12, (717)790-1762,
  Fax, (717)790-2764, Twx, Not-avail
DESC: NSN 7H-6110-01-025-5995, SPEC NR TDP VER 001, Ref Nr 1024D0593,
  Qty 3 EA, FMS Requirement - Destination will be Furnished Upon
  Request--NO DRAWINS AVAILBLE., See Note 9
CITE: (I-355 SN014186)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 61--ROTOR GENERATOR
SOL F04606-97-Q-50058
DUE 021097
POC For copy, contact the info office indicated., For additional
   information contact Kleitsch.5ae/Pkljc/[916]643-0517
DESC: Item 0001 NSN 6115-01-014-5457 P/N: 798C528G01, P/N 798C528G01
   REV BA P/N: 798C528G1, Rotor assy consisting of 1-rotor, Wound
  1-shaft,1-armature,1-rectifier assy. Rotor is part of generatornsn
  6115009468441uh p/n 2cm353c1h T.o.number 8a6-9-5 -4 10EA. Applicable
  to: C-130. Destn: Mc Clellan Air Force Base Ca 95652-1060.
  Delivery: 31 OCT 97 10 ea NO DATA AVAILABLE The approximate
  issue/response date will be 10 Jan 97. The anticipated award
  date will be 28 Feb 97. Written procedure will be used for
  this solicitation. To: General Electric Company, Burlington
  Vt 05401-4985. To: General Electric Co, Erie Pa 16511-1215.
  To: Leland Electrosystems Inc, Vandalia Oh 45377-3062. To:
  General Electric Co/Direct Current, Erie Pa 16501. To:, . No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one source under the authority of FAR 6.202.
  This notice of intent is not a request for competitive proposals.
  however, all proposal received within twenty (20 days) after
  the date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  It is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. See Note (s) ADD CBD NOTE 26.
CITE: (I-355 SN014396)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment--Potential
  Sources Sought
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), ATTN: AMSTA-AC-PCC (FQW), Rock Island, IL
  61299-7630
SUBJECT: 61--CABLE ASSEMBLY, PRIN
SOL DAAE20-97T0053
DUE 021397
POC Contract Specialist: William Moscoso (309) 782-7254, PCO:
  Dave L. Elliott (309) 782-3814
DESC: 6150-01-167-8315, Part Number 12272399. Requirements are
  124 ea Cable Assembly, Prin. 5995-01-295-1829, Part Number
  9379363. Requirements are 36 ea Cable Assembly, Prin. For use
  on the IFV XM2/CFV XM3. FOB is Destination. All or part of
  this action is an unfunded FY97 requirement. Estimated issue
  date of this solicitation is 011397. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance with solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE)(if a CAGE code has been assigned
  to you) along with your name, address, datafax number, and
  solicitation number. The fax number for requests is (309) 782-4728.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All ACALA solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS can be accessed electronically, 24 hours
  a day, using a modem set to dial (309) 782-7648. Terminal emulation
  should be VT100, no parity, 8 data bits and 1 stop bit. Once
  connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD"
  prompt depress the "ENTER" key. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309) 782-8094 on a limited Basis.
CITE: (I-355 SN014230)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: 65--REAGENTS
SOL N00140-97-R-N230
DUE 011597
POC Joe Tierney, Contract Negotiator, (215)697-9693.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared IAW the format prescribed in sub-part 12.6 of
  the FAR, as supplemented with additional information included
  in this notice. This announcement constitutes the solicitation
  for the required services. Proposals are hereby requested under
  N00140-97-R-N230, a subsequent solicitation will not be issued.
  FISC Det Phila intends to acquire on a sole source basis IAW
  FAR 6.302-1 reagent system supplies/services for the Naval
  Hospital Great Lakes, IL. From INCSTAR OMNI SYSTEMS. This contract
  is for supplies which the Government intends to solicit and
  negotiate with only one source under the authority of FAR 6.302-1.
  This notice of intent in not a request for competitive proposals.
  A determination by the Government not to open the requirement
  to competition based upon responses to this notice is solely
  within the discretion of the Government. Information received
  as a result of this notice of intent will normally be considered
  solely for the purposes of a determination of whether to conduct
  a competitive procurement. All responsible sources may submit
  a proposal which shall be considered by this contracting center.
  Award of a firm fixed price contract is the expected result
  of this acquisition effort. The SIC for this requirement is
  7359. 1. The requirements for this acqusition are as follows:
  0001, 4520 Varicella Zoster, IgG ELISA, 325 kits each kit containing
  96 well/Kits. 0002, 4600 Rubella, IgG ELISA 325 kits each kit
  containing 96 well/kits. 0003, 4540 Rubella IgG ELISA, 325
  kits each kit containg 96 well/kits. 0004, 5510 Mumps, IgG
  ELISA, 325 kits each kit containing 96 well/kits. 0005, Technical
  training of 2 Navy Technicians at the contractors Training
  Center (Basic Course) 2. The contractor will deliver under
  line item #'s 0001 through 0004, 44 kits each to the Great
  Lakes, Naval Hospital the first week of every month to the
  following address: Naval Hospital Great Lakes---Material Management
  Dept---Bldg 81-H---Great Lakes, IL. 60088 3. Under line item
  #0005, the contractor will provide their basic training course
  for 2 Navy Technicians at the contractors training center.
  The training will take place within 60 days of contract award.
  4. The following FAR provisions and clauses apply to this solicitation
  are incorporated by reference: FAR 52.212-1 entitled "Instructions
  to Offerors-Commercial Items": FAR 52.212-2 entitled "Evaluation-Commercial
  Items". The following factors shall be used to evaluate offers
  price is the only evaluation factor that will be used in this
  acquisition, FAR 52.212-3 entitled "Offeror Representations"
  and Certifications-Commercial Items", FAR 52.212-4 entitled
  "Contract Terms and Conditions-Commercial Items" addenda to
  FAR 52.212-4:, FAR 52.212-5 entitled "Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders: (1),(2).
  5. The following Defense FAR Supplement (DFAR) provisions and
  clauses apply to this solicitation and are incorporated by
  reference:DFAR 22.212-7000 entitled Offeror Representations
  and Certifications-Commercial Items, and DFAR 252.212-7001
  entitled Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders Applicable to Defense Acquisitions
  of Commercial Items. 6. As a minimum, vendors should provide
  this office: a price proposal on letterhead or a SF1449 for
  the requested items w/unit price, extended price, prompt payment
  terms, remittance address, and copies of FAR 52.212-3 and DFAR
  252.212-7000. Responses to this solicitation are due by 1:00
  p.m. local Phila. Time on 15 Jan 97. All offers shall be sent
  to FISC Det. Phila. 700 Robbins Ave, Bldg 2B, Phila. PA. 19115
  attn code 0343C. Reference RFP # N00140-97-R-N230. J. Tierney
  (215)697-9693. SYN 064. Officer
CITE: (I-355 SN014234)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr., RKL2 Rm 6150,
  Bethesda, MD 20892-7902.
SUBJECT: 65--HIGH VOLTAGE BIPOLAR PULSE GENERATOR
SOL NHLBI-PS-PS-97-367
DUE 011097
POC Deborah Coulter, Purchasing Agent, (301) 435-0368 Fax number
  (301) 480-3345.
DESC: The National Heart, Lung, and Blood Institute intends to
  purchase one (1) each High Voltage Bipolar Pulse Generator
  with the following mandatory specifications: (1) able to operate
  normally in a static magnetic field up to 50 Gauss; (2) able
  to generate bipolar (positive-negative or negative-positive)
  electrical pules into a 60ohm to 100ohm resistive or slightly
  capacitive load, with peak voltages exceeding +- 4000 volts,
  and an overall pulse duration of 1 microsecond; (3) able to
  generate the above described pulses at a repetition rate of
  up to 1000Hz, with external trigger capability; (4) the duration
  and voltage level is adjustable; (5) provide monitoring ports
  for pulse shape and level monitoring; and (6) two each (2)
  5KV, Power Supply. The National Institute Of Health, must be
  allowed to test the central components of the designs in the
  magnetic environment area, and make necessary modifications.
  The Company must be willing to spend the initial research effort
  to design and construct a pulser in accordance with the government
  specific requirements. The standard Industrial classification
  (SIC) Code 3825, Size Standard 500 employees will be used for
  this requirement. Interested vendors capable of furnishing
  the government with the equipment specified in this synopsis
  should submit a Quotation, to the below address. The quotation
  shall include the itemized price, the period of delivery, prompt
  payment discount terms, taxpayer identification number (TNN),
  Dun & Bradstreet Number (DUNs), and descriptive literature
  of the equivalent product quoted identifying all of the specifications.
  The quotation must reference "Request for Quotation (RFQ) number
  #NHLBI-PS-SP-97-367. Quotations will be due fifteen (15) calendar
  days from the publication date of this synopsis. All responsible
  sources may submit a quotation, which if timely received, shall
  be considered by the agency. Quotations must be submitted in
  writing to the National Heart, Lung, and Blood, Institute,
  Contracts Operation Branch, Procurement Section, Rockledge
  Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902,
  Attention: Ms. Deborah Coulter. Fax quotations will only be
  accepted if dated and signed by an authorized representative.
CITE: (I-355 SN014340)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--MULTIMETER
SOL SP0920-97-Q-A106
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96313001135 NSN 6625-01-369-5901, multimeter
  jenson  tools (52346) P/N 317B997 Fluke (89536) P/N 97 part
  numbered item.   Products offered clause applies.  PR quantity:
   20 each various  increments solicited from 1 to 125 each.
   20 EA Del to Stockton, CA  95296-0130 delivery schedule: 
  20 IN 90 days and 20 every 30 days  thereafter.  Set-aside
  type:  F (unrestricted with preferential  consideration for
  SDB) size standard:  500 all responsible sources may  submit
  offer which DESC shall consider.
CITE: (I-354 SN014053)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--PROBE-LEAD ASSEMBLY
SOL SP0920-97-Q-A108
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96338000746 NSN 6625-01-327-5323, probe - lead
   assembly scientific Atlanta Inc (20227) P/N 29314700 part
  numbered item.  products offered clause applies.  PR quantity:
   97 each various  increments solicited from 10 to 250 each.
   78 EA Del to Mechanicsburg PA  17055-0789 19 EA Del to Stockton
  CA 95296-0130 delivery schedule:  97 IN  90 days and 60 every
  30 days thereafter.  Set-aside type:  G  unrestricted (sole
  source/single source)(no preference) size standard:   500 all
  responsible sources may submit offer which DESC shall consider.
CITE: (I-355 SN014068)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--ACCELEROMETER, ELECT
SOL SP0440-97-Q-T568
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3649. 
  For copies of RFQ solicitations,  contact:  Yolanda moor E/AX505/804-279-3649.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  FPG96339000659 NSN 6680-01-187-8184:  part number:
    General Electric Co., P/N 7111M79P01.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  17 -EA
  Del to Mechanicsburg PA 17055-0789  Del by 90 DARO.  16 -EA
  Del to Tracy CA 95376-5000 Del by 90 DARO.   Unrestricted other
  than full and open comp (10 U.S.C 2304(C)(1)) (FAR  6.302-1)
  intended source(S):  General Electric Co.  Competitive 8(A)
   (attach prepared notice.  Ref:  FAR 5.205(F)) solicitations
  between  $25,000$100, 000 anticipated award date is:  02/10/97
  all responsible  sources may submit offer which DGSC shall
  consider.
CITE: (I-355 SN014070)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, PRESSURE, DIAL
SOL SP0440-97-Q-T573
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3649. 
  For copies of RFQ solicitations,  contact:  Yolanda moor E/AX505/804-279-3649.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96305000942 NSN 6685-01-298-6855, specifications:
    I/A/W spec NR MIL spec MIL-G-18997E, basic DTD 91 Nov 19.
   First article  test report IAW 52.209-3 alt 1 & 52.209- 9G03.
   Qualifying activity:   naval surface warfare CEN carderock
  Division, code 9532 Bldg 77L,  Philadelphia, PA.  19112-5083.
   Drawing number:  MIL-G-18997E.   Drawings, interim procurement
  descriptions and deviation lists may be  examined or obtained
  from Defense General Supply Center.  @ITEM namegage,  pressure,
  dial indicatin @OVERALL DEPTH2.500 inches nominal @OVERALL
   DIAMETER5.750 inches nominal @GRADUATION UNIT25.0 pounds per
  square inch  @ACTUATION typebourdon tube @SCALE RANGE0.0 to
  300.0 pounds pressure per  squ are inch @SCALE namepressure
  @SCALE typesingle @SCALE smallest  INCREMENT5.0 pounds per
  square I nch 340 -EA Del to Norfolk VA 23511-3392  Del by 120
  DARO.  300 -EA Del to Tracy CA 95376-5000 Del by 120 DARO.
    Competitive 8(A).  (attach prepared notice.  Ref:  FAR 5.205(F))
   solicitations between $25,000 - $100,000 solicitations will
  be made:  in  writing or orally anticipated award date is:
   02/16/97 all responsible  sources may submit offer which DGSC
  shall consider.
CITE: (I-355 SN014073)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE PRESSURE DIAL
SOL SP0440-97-Q-T563
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3649. 
  For copies of RFQ solicitations,  contact:  Yolanda moor E/AX505/804-279-3649.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96340000708 NSN 6685-01-144-6818, part number:
   Carter  J C Inc., P/N 61073.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  15 -EA Del to Tracy
  CA 95376-5000 Del by 90 DARO.   Unrestricted other than full
  and open comp (10 U.S.C. 2304(C)(1)) (FAR  6.302-1) intended
  source(S):  Carter J C Inc.  Competitive 8(A) (attach  prepared
  notice.  Ref:  FAR 5.205(F)) solicitations betwen $25,000 -
  $50,000 anticipated award date is:  02/10/97 all responsible
  sources may  submit offer which DGSC shall consider.
CITE: (I-355 SN014090)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66--LAMP DIMMER ASSEMBL
SOL N0038397QD115
DUE 012997
POC Contact Point, Gladys J Nicholas, 0221.05, (215)697-2576,
  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 7R-6605-01-271-4423-SF, Ref Nr 2797502-16, Qty 18 EA, Delivery
  FOB Origin-----.  No drawings available.  No option included.,
  See Note 22
CITE: (I-355 SN014178)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000
SUBJECT: 66--DIGITAL INDICATORS
SOL N00181-97-Q-0016
POC Terry Merkel, Code 531.5C, (757) 396-8349; Nancy Hassell-Sitar,
  Code 532, (757) 396-8349
DESC: Various sizes and quantities of IMO Industries Inc. digital
  indicators, transmitter assemblies, tophat assemblies and calibration
  fixtures.  Drawings and specifications are unavailable.  F.O.B.
  destination to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000.
  Response date for submission of offers will be established
  in the solicitation when issued.  Requests for the solicitation
  package must be submitted in writing via regular or expedited
  mail service to Purchase Division, Attn: Code 531.5C/Terry
  Merkel, Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000.  Phone
  and/or fax requests are not authorized and will not be honored.
   Numbered note 22 applies.
CITE: (I-355 SN014260)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Contracting Office, RI Air National Guard, 5 Minuteman
  Way, North Kingstown, RI 02852-7504
SUBJECT: 66--INFRARED THERMAL IMAGING RADIOMETER
DUE 122096
POC Gwen L. Jones, (401) 886-1322, Contracting Officer SMSGT
  Kenneth O. Lewis, (401) 886-1318.
DESC: The RI Air National Guard, 5 Minuteman Way, North Kingstown,
  RI, has a requirement for one Infrared Thermal Imaging Radiometer.
  The Radiometer, a high resolution microprocessor based system
  has direct temperature readout with color and black & white
  display. A multi-purpose system for use in the field and in
  the laboratory. Specifications include: 8-12um spectral response,
  scanner and control electronics, 1X standard FOV lens, AC Power
  Supply, Operations Manual, 1.25m scanner cable, shipping carrying
  case, inframetrics closed cycle microcooler, integral 3.5"
  Digital Image Recorder, integral 4": color LCD Monitor (displays
  live or digitally stored images).   Standard features included;
  TV Rate Scanning, Color (NTSC & RGB) plus black & white, 1.8
  Milliradian spatial resolution (50% SRF) 8 bit dynamic range
  (256 gray levels), direct temperature readout: point mode,
  dual isotherm mode, fast line scan, 4:1 continuous E-O zoom,
  emittance and background correction, set up menu display, 15V
  X 20H degree FOV, 200 active IR lines/frame, display resolution:
  400 lines/frame, normal range calibration -20 to 400 deg C
  (-4 to 752 deg F), automatic parameter recovery system (APRS),
  emittance measurement, data acquisition mode.
CITE: (M-355 SN014315)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150,
  Bethesda, MD 20892-7902
SUBJECT: 66--CELL PHARM SYSTEM 2000
SOL NHLBI-PS-SP-97-365
DUE 011097
POC Cecilia Morales, Purchasing Agent, (301) 435-0369.
DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends
  to negotiate on a sole source basis with Unisyn Technologies
  Inc., 25 South Street, Hopkinton, Ma. 01748-2217, to purchase
  one (1) each, Cell Pharm System 2000, this system must include:
  Temperature Monitoring and Control System, Medium Feed Rate
  Control, Recirculation Rate Monitor and Control, pH Monitoring
  System, Optional Bioreactor Inlet DO2 Monitoring Capability,
  Optional Bioreactor outlet DO2 Monitoring Capability, Autoclavable
  Fluid Path and the ability to record all channels of data on
  an internal six pen recorder; one (1) each Cell Pharm Auto
  Harvester; one (1) each Cell Pharm System 2000 pH Controller
  Module; five (5) each 30K MWCO 35 sq. ft. Bioreactor; five
  (5) each Oxygenator 25 sq. ft.; five (5) each tubing Set for
  Cell Pharm 2000 System and a one year Extended Warranty Coverage.
  The warranty must include Pre-scheduled preventive maintenance
  inspection visit, On-site Service within 48 hours response
  time, all parts and labor. Interested parties may identify
  their interest and capabilities to respond to this requirement
  or submit a quotation. This notice of intent is not a request
  for competitive proposals. However, all quotations received
  within fifteen (15) days after date of publication of this
  synopsis will be considered by the government. A determination
  by the Government not to compete the proposed contract based
  upon responses to this notice is solely within the discretion
  of the government. Quotations received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Responses referencing solicitation
  number NHLBI-PS-SP-97-365, may be sent to the National Heart,
  Lung, and Blood Institute, Contracts Operations Branch, Procurement
  Section, Rockledge Building II, Room 6143, 6701 Rockledge Drive,
  Bethesda, MD 20892-7902, attention: Cecilia Morales, Purchasing
  Agent. "All responsible sources may submit a quotation, which
  if timely received, shall be considered by the agency."
CITE: (I-355 SN014337)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 11164,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 66--X-RAY SYSTEM
SOL N00164-97-Q-0053
DUE 012197
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: This is a combined synopsis/solicitation for a commercial
  item prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  quotations are being requested and a written solicitation will
  not be issued. Solicitation number N00164-97-Q-0053 is hereby
  issued as a Request for Quotation. The solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-33 and Defense Acquisition
  Circular 91-9. This action is 100% Small Business Set-Aside
  in accordance with FAR 19.502-2(a). The Standard Industrial
  Code is 3827 and Small Business size standard is 500 employees
  or less. This is a brand name or equal requirement for one
  each 350 kV X-ray system, Siefert P/N ISOVOLT 450HS or equal.
  If quoting other than brand name product, the offeror must
  provide the manufacturer's brand, model or part number along
  with a technical description of the items being offered in
  sufficient detail to evaluate compliance with the requirements
  of this announcement. This may include product literature,
  specification sheets, cuts, illustrations, drawings, or other
  documents if necessary. The salient technical characteristics
  listed below provide the minimum requirements for this x-ray
  system. This purchase description defines the requirements
  for a 350-kilovolt (kV) constant potential x-ray system which
  will be used for conventional radiographic testing in an interlocked
  exposure room. This system shall be readily capable of being
  upgraded to a 450 kV system with the replacement of the 350
  kV tube by a 450 kV tube. The system shall meet all applicable
  requirements found in Title 21 CFR, Food and Drug Administration,
  Center for Devices and Radiological Health and the National
  Electric Code (NEC), latest revision. The tube head shall be
  350 KV metal-ceramic tube with a beryllium window, housed in
  450 KV tubehousing. It shall have dual focal spots, 1.5 mm
  X 1.552.225-16 Buy American Act_Supplies under European Community
  Agreement certificate; 52.225-17 Buy American Act_Supplies
  under European Community Agreement; 52.225-18 European Community
  Sanctions for End Products; 52.225-19 European Community Sanctions
  for Services; 52.225-21 Buy American Act_North American Free
  Trade Agreement Implementation Act_Balance of Payments Program;
  also incorporated is DFARS clause 252.211-7003 Brand Name or
  Equal. The contractor shall extend to the Government he full
  coverage of any standard commercial warranty normally offered
  in a similar commercial sale, provided such warranty is available
  at no additional cost to the Government. Offerors responding
  to this announcement must provide the information contained
  in 52.212-1, Instruction to Offerors_Commercial Items and must
  include a completed copy of provision 52.212-3, Offeror Representations
  and Certifications_Commercial Items. The offeror must also
  provide its Commercial and Government Entity (CAGE) code, Contractor
  Establishment Code (DUNS number) and Tax Identification Number.
  If a change occurs in this requirement, only those offerors
  who respond to this announcement within the required time frame
  will be provided any changes/amendments and considered for
  future discussions and/or award. Written quotes and the above
  required information must be received at this office on or
  before 17 January 1997 at 4:00 pm Eastern Standard Time. Facsimile
  quotes are acceptable. POC for information regarding this requirement
  is Ms. Hilda Quillen, telephone 812-854-2422, fax 812-854-5666,
  or e-mail hq6591@smtp.crane.navy.mil. See numbered note 1.
  Although contract award is anticipated to be made on the basis
  of lowest quoted price meeting all the above terms and conditions,
  including meeting or exceeding all salient technical characteristics,
  the Government may also evaluate quoters' performance on previous
  Government or commercial contracts for similar products. In
  the event substantive differences exist among quoters' past
  performances, the Government reserves the right to displace
  lower priced quotes in favor of a quoter with substantially
  superior past performance. All responsible small business concerns
  may submit a quote which shall be considered by the Navy. See
  Note(s): 1.
CITE: (I-355 SN014351)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 66--CONCEPT MODELER SYSTEM
SOL N00164-97-Q-0055
DUE 012397
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: This is a combined synopsis/solicitation for a commercial
  item prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  quotations are being requested and a written solicitation will
  not be issued. Solicitation number N00164-97-Q-0055 is hereby
  issued as a Request for Quotation. The solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-33 and Defense Acquisition
  Circular 91-9. This action is 100% Small Business Set-Aside
  in accordance with FAR 19.502-2(a). The Standard Industrial
  Classification code is 3699 and Small Business size standard
  is 750 employees or less. This is a brand name or equal requirement
  for one each Concept Modeler System, 3D Systems P/N Actua 2100
  or equal. If quoting other than brand name product, the offeror
  must provide the manufacturer's brand, model or part number
  along with a technical description of the items being offered
  in sufficient detail to evaluate compliance with the requirements
  of this announcement. This may include product literature,
  specification sheets, cuts, illustrations, drawings, or other
  documents if necessary. The salient technical characteristics
  listed below provide the minimum requirements for this concept
  modeler system, which will be used by the Government to build
  physical prototype parts directly from design workstations.
  The system shall be capable of being directly hooked up to
  the existing Novel network and it must work seamlessly with
  the network. All operating software for the controlling workstation
  and hardware modeler must be included. The following salient
  characteristics apply: Concept Modeler - Build Volume: minimum
  10 in. x 10 in. x 8 in.; Build Rate: 10.5 in3/hr or greater;
  Support Structures: All support structures must be automatically
  generated. No special tools will be required for support removal;
  Material: thermal polymer, system fully loaded; Extra Material:
  4 cartridges of ThemoJetTM 45 or equal; Accuracy: +/- 0.010
  in., in all axis; Network: Must be network ready with 10 BaseT
  Ethernet connector; Software: System must operate in conjunction
  with Windows NT. System must have automatic part queuing; Interface:
  System must accept Stl files from any system that can send
  the file over network; Safety: Must be capable of unattended
  operations. Must be safe for office environment, with no special
  venting required. PC WORKSTATION - Minimum acceptable configuration
  - Dual Pentium Pro 200 processor; 128 Meg Ram (8x32-60EDO);
  Intel Chipset 440FX; 256 L2 cache; Mattrox Millennium 3D or
  equal with 8 MB WRAM & MPEG (upgradable); Adaptec 2940UW Ultra
  fast and wide PCI controller; 2.1 GB fast and wide SCSI hard
  drive; 1.44 MB 3.5" Floppy; 12X E-IDE CD-Rom; External RCD
  4x4 recordable CD System, minimum 600 kbps read/write transfer
  rate, SCSI-2 interface, 220 Msec access time, and Disk Archive
  software P/N 016900 (or equal); Ten writeable CD's; 3COM PCI
  Ethernet Combo Card (or equal); ViewSonic P815 monitor (or
  equal), .25 dpi, resolution 1800x1440; Creative Lab Soundblaster
  AWE32 wavetable sound card (or equal); Digital Stereo Speakers;
  Two 8x32-60EDO RAM Simms (separate); Software included: Microsoft
  Windows NT 4.0, SolidView/RP with IGES Translator (from Solid
  Concepts Inc.), CorelSuite 7.0. The contractor shall assemble
  and install the entire system at NAVSURFWARCENDIV Crane. Following
  installation, the contractor shall demonstrate the system's
  performance by building a sample part using information from
  a Government workstation. Standard 110 Volt AC electrical service
  will be provided by the Government for installation. The offeror's
  Standard commercial warranty, preferably for a period of at
  least 24 months, is acceptable. This is anticipated to be a
  firm-fixed price contract. The shipping terms will be F.O.B.
  Crane Division, Naval Surface Warfare Center, Crane, IN with
  inspection/acceptance at destination. Delivery will be required
  within 30 days after issuance of the Purchase Order. The following
  provisions apply to this acquisition: 52.212-1 Instructions
  Offerors--Commercial; 52.212-4 Contract Terms and Conditions--Commercial
  Items; 52.212-5 Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders--Commercial Items (Incorporating
  FAR clauses 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; 52.225-16 Buy American Act--Supplies
  under European Community Agreement certificate; 52.225-17 Buy
  American Act--Supplies under European Community Agreement;
  52.225-18 European Community Sanctions for End Products; 52.225-19
  European Community Sanctions for Services; 52.225-21 Buy American
  Act--North American Free Trade Agreement Implementation Act--Balance
  of Payments Program; also incorporated is DFARS clause 252.211-7003
  Brand Name or Equal. The contractor shall extend to the Government
  the full coverage of any standard commercial warranty normally
  offered in a similar commercial sale, provided such warranty
  is available at no additional cost to the Government. Offerors
  responding to this announcement must provide the information
  contained in 52.212-1, Instruction to Offerors--Commercial
  Items and must include a completed copy of provision 52.212-3,
  Offeror Representations and Certifications--Commercial Items.
  The offeror must also provide its Commercial and Government
  Entity (CAGE) code, Contractor Establishment Code (DUNS number)
  and Tax Identification Number. If a change occurs in this requirement,
  only those offerors who respond to this announcement within
  the required time frame will be provided any changes/amendments
  and considered for future discussions and/or award. Written
  quotes and the above required information must be received
  at this office on or before 17 January 1996 at 4:00 pm Eastern
  Standard Time. Facsimile quotes are acceptable. POC for information
  regarding this requirement is Ms. Hilda Quillen, telephone
  812-854-2422, fax 812-854-5666, or e-mail hq6591@smtp.crane.navy.mil.
  See numbered note 1. Although contract award is anticipated
  to be made on the basis of lowest quoted price meeting all
  the above terms and conditions, including meeting or exceeding
  all salient technical characteristics, the Government may also
  evaluate quoters' performance on previous Government or commercial
  contracts for similar products. In the event substantive differences
  exist among quoters' past performances, the Government reserves
  the right to displace lower priced quotes in favor of a quoter
  with substantially superior past performance. All responsible
  small business concerns may submit a quote which shall be considered
  by the Navy. See Note(s): 1.
CITE: (I-355 SN014371)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices--Potential Sources Sought
OFFADD: DHHS/OS/ASMB/OGAM/Division of Contract Operations, 200
  Independence Avenue, S.W., Room 443H, Humphrey Bldg., Washington,
  D.C. 20201
SUBJECT: 69--PORTABLE COMPUTER GENERATED FIREARMS TRAINING SIMULATORS
SOL N/A
POC Gaynel M. Abadie (202) 690-7506
DESC: The Department of Health and Human Services, Office of
  Inspector General, is interested in obtaining information about
  portable computer generated firearms training simulators having
  laser and/or live fire capabilities. This is not a request
  for competitive proposals. The purpose of this notice is to
  identify qualified sources to meet the Government's minimum
  requirements. Interested firms are invited to submit information
  including descriptive literature to the point of contact listed
  above. The information provided will pertain to this synopsis
  only. Any interested firm must submit appropriate data in two
  copies by January 24, 1997. The Government does not intend
  to pay for the information solicited or received. Respondents
  will not be notified of the source data received, nor will
  a source list be provided. No telephone or fax requests for
  a solicitation package will be accepted.
CITE: (I-355 SN014370)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. NUCLEAR REGULATORY COMMISSION, DIVISION OF CONTRACTS,
  MAIL STOP TWF-7-I-2, WASHINGTON, D.C. 20555
SUBJECT: 70--COMPUTER ACCESS TO THE NUCLEAR PLANT RELIABILITY
  DATA SYSTEM (NPRDS)
SOL RS-AED-97-266
DUE 021797
POC Contact (301)415-7427. Fax:(301)415-8157, Contract Specialist:
  Edna Knox-Davin (301)415-6577
DESC: The narrative description of the procurement action begins
  here. The rest of this "standard" information should be included
  as it relates to your procurement action. Do not use separate
  paragraphs. Do not write your synopsis in all uppercase. Standard
  language follows: The U.S. Nuclear Regulatory Commission intends
  to enter into a sole source contract entitled, "Access To INPO's
  Nuclear Plant Reliability Data System (NPRDS)" with the Institute
  of Nuclear Power Operations (INPO). Specifically, INPO will
  be required to provide computer access to the NPRDS as well
  as manuals, associated training and support services as required.
  The NPRDS is a reliability database containing engineering
  and failure information on approximately 4,000 safety- related
  systems and components for each U.S. commercial nuclear power
  plant. The NRC intends to negotiate with INPO, 700 Galleria
  Parkway, Atlanta, GA 30339-5957, to provide for a 1-year base
  period with four (4) 1-year option periods. This database presently
  resides only at INPO and the NPRDS data that identifies a specific
  nuclear plant or utility is proprietary in nature to INPO.
  Interested firms should submit written requests to the U.S.
  Nuclear Regulatory Commission at the address as shown above.
  Telephone requests will not be honored. Closing date for proposals
  is February 17, 1997.
CITE: (I-354 SN013988)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 70--SOFTWARE MAINTENANCE
SOL N66001-97-Q-4260
DUE 011097
POC POC Ms. Irene Solis, Code D221, Purchasing Agent, (619)524-2081.
  Ms. Pat Brown, Contracting Officer
DESC: The Government intends to award a contract sole source
  to CISCO Systems, Inc, one year of SMARTNET communication software
  maintenance, to include telephone support, software product
  update & fixes, doc releaser and e-mail inquiries & responses.
  Note 22 applies, however, all offers received within 15 days
  (in lieu of 45 days) after date of publication of original
  synopsis will be considered by the Government. No RFQ will
  be prepared or made available for distribution. Award will
  be based on evaluation of responsive, responsible quotations
  received in response to this CBD advertisement. Competitive
  awards may be based on the evaluation criteria stipulated in
  NRaD Blue Ribbon Vendor Program (BRVP) provisions or the Red,
  Yellow, Green (RYG) Contractor Evaluation System. The evaluation
  criteria is available upon request. Questions may be directed
  to Irene Solis at (619) 524-2081. Facsimile quotations are
  acceptable and must be received on or before the COB on the
  closing date stated above. Facsimile quotations may be sent
  to (619)524-2440, 2465, or 3407. See Note(s): 22.
CITE: (I-355 SN014212)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of Veterans Affairs, Medical Center, 50 Irving
  Street, N.W., Washington, DC 20422
SUBJECT: 70--ADP MEMORY KIT
SOL 688-40-97
DUE 010797
POC Phyllis Jackson, Contracting Officer, (202) 745-8542
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6
  as supplemented with additional information included in this
  notice. This notice constitutes the only solicitation; quotes
  are being requested and a written solicitation will not be
  issued. This solicitation is being issued as an Invitation
  for Bids (IFB) 688-40-97. The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular #90-42. The SIC Code for this solicitation
  is 5045. The small business size standard is 500 employees.
  Pricing is to be F.O.B. Destination only for brand name or
  equal, Digital Equipment, 16 MB SIMM Memory Kit, #FR-PCVAM-WE,
  275 ea. Bidders must submit a unit price. Acceptance time will
  be 60 days from bid opening date. The following provisions
  apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial,
  52,212-3 Offeror Representations and Certifications-Commercial
  Items, 52.212-4 Contract Terms and Conditions-Commercial Items
  and 52.212-5 Contract Terms and Conditions including clauses
  incorporated by reference under Section (b), 52.222-26, Equal
  Opportunity (E.O.11246), 52.222-35 Affirmative Action for Special
  Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36
  Affirmative Action for Handicapped Workers (29 U.S.C. 793),
  (52.222-37 Employment Records of Special Disabled Veterans
  and Veterans of the Vietnam Era (38 U.S.C. 4212), 852.210-77
  Brand Name or Equal. Additionally award of this solicitation
  shall be made to the lowest aggregate price. A written notice
  of award or acceptance specified in the offer shall result
  in a binding contract without further actions by either party.
  Bidders responding to this announcement shall submit a unit
  price for each item along with the information required in
  52.212-1 and a completed copy of provision 52.212-3 to VA Medical
  Center, (688/90c), 50 Irving Street, NW, Room 1B-112, Washington,
  D.C. 20422 by January 7, 1997 at 2:00PM local time. All responsible
  sources will be considered.
CITE: (I-355 SN014328)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70--OPTICAL BENCH
SOL N68936-96-Q-0615
DUE 012797
POC Jean Daniel, Purchasing Agent, (619) 939-0852, FAX (619)
  927-3488.
DESC: POC Jean Daniel, Purchasing Agent, 619-939-0852 or Susan
  Rizzardini, Contracting Officer, 619-939-6353, FAX 619-927-3488.
  The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure, on an other than full and open competition
  basis the following items , one each - (1) LS230 Optical bench
  with the Dry Power Module, PN# 66053228, (2) Nilfisk vaccum
  for DPM, PN #760920, (3) Small volume (for water/organic, range
  0.04 to 2000u), PN #9905235, (4) SVM transfer Pump Kit, PN#
  838932, (5) Accumcomp pentiem computer/MS windows based application
  software and (6) Color printer HP deskjet 660C. Wet and Dry
  Demonstration Module, less than one (1) year old, with full
  one (1) year warranty acceptable @ DISCOUNTED PRICE. DUE to
  unique capabilities, this requirement is sole-sourced to Coulter
  Corp. of Miami, FL. The SIC Code for this procurement is 3572,
  1000 employees. Request for quote will be available on or about
  96 Jan 08 and award will be made on or before 96 Jan 30. See
  Numbered Note(s): 22.
CITE: (I-355 SN014333)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: 70--ANTARES NTDS INTERFACE CARDS AND HARNESSES
SOL N00178-97-R-4011
POC Monica White, (540)653-7621/J. R. Travers.
DESC: Antares NTDS Interface Cards and Harnesses - The Dahlgren
  Division, Naval Surface Warfare Center intends to enter into
  negotiations on a sole source basis with Visicom Laboratories,
  Inc., San Diego, California for the following items: CLIN 0001
  - MIL-STD-1397 Type E Boards (NTDS Low-Level Serial), 4002
  NTDS Type E w/1MB RAM, P/N: 530-2017-001 (15 each); CLIN 0002
  - MIL-STD-1397 Type A/B Boards (NTDS Slow/Fast), 4002 NTDS
  Type A/B w/1MB RAM, P/N: 530-2013-001 (17 each); CLIN 0003
  - MIL-STD-1397 Type A, B, C, and H Cables NTDS Parallel Cables,
  10ft. Shielded Cable Set w/Mounting Panel for NTDS Parallel
  I/O Boards - UYK-43(IDC 34/40/50 to M28840/10AG1P1 & P2 Connectors),
  P/N: 275-4040-001 (2 each); CLIN 0004 - MIL-STD-1397 Type A,
  B, C, and H Cables NTDS Parallel Cables, 10ft. Shielded Cable
  Set w/Mounting Panel for NTDS Parallel I/O Boards - UYK-7 (IDC
  34/40/50 to M81511/01EF-01P1 & P2 Connectors), P/N: 275-4030-001
  (14 each); and CLIN 0005 - MIL-STD-1397 Type E Cables, 10ft.
  Cable Set for NTDS Type E Low Level Serial I/O Boards. "Two
  Lug" 50ohm Triaxial PL74C to PL74C (2 cables per set), P/N
  275-1030-006 (24 sets). 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 required and a written
  solicitation will not be issued The Request for Proposal number
  is N00178-97-R-4011. The RFP and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  90-11. The following FAR Clauses apply to this acquisition:
  52.212-1, Instructions to Offerors--Commercial; 52.212.3, Offeror
  Representations and Certifications--Commercial Items - Offerors
  must include a completed copy of this provision, 52.212-4,
  Contract Terms and Conditions--Commercial Items, and 52.212-5,
  Contract Terms and Conditions Required to Implement Statutes
  of Executive Order--Commercial Items. This acquisition has
  a Defense Priorities and Allocations Systems rating of DO-A70.
  Quotes may be mailed to Attn: SD149/White, Dahlgren Division,
  Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren,
  VA 22448-5100 or faxed to (540) 653-6810; solicitation number
  must be cited in either case. The quote must: be for the items(s)
  described above; be FOB destination to this Center; include
  the proposed delivery schedule and discount/payment terms and
  warranty duration (if applicable); and be signed by an authorized
  company representative. Offerors should include their taxpayer
  identification number (TIN), Cage Code number, and DUNS number.
  Quotes are due by 2:00p.m. Eastern Standard Time on 8 January
  1997. NOTICE: The Award Document shall have an effective date
  of 31 December 1996; therefore, all offerors should consider
  this when developing quotes and INDICATE YOUR CONFORMANCE OF
  THE EFFECTIVE DATE WITHIN YOUR QUOTE. All timely quotes received
  will be considered. All responsible sources may submit a quotation
  which shall be considered by this agency. Quotes must include
  conformance of effective date of award, adequate information
  and submittals to determine whether the proposed item(s) will
  meet the required described above. Product literature is recommended
  for technical information. Evaluations will be per line item
  and award(s) will be for price and past performance considered
  essentially equal. Award is anticipated within 7 days of the
  date quotes are due. Questions regarding this acquisition should
  be directed to Monica White at (540)653-7621. See Note 22.
CITE: (I-355 SN014355)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 70--INTERLEAF SOFTWARE
SOL N66604-96-Q-1030
DUE 010797
POC Contact Lisa Brazil, Contracting Officer at (401) 841-2442
  X283. Fax number (401) 841-4820.
DESC: The Naval Undersea Warfare Center Division, Newport intends
  to place a firm fixed price contract with Interleaf, Inc.,
  on a sole source basis, for the following:  Interleaf RDM (16
  clients), Interleaf Part No. DA-RDM-BASIC (1 EA); Interleaf
  RDM Maintenance (1 YR); Interleaf RDM Installation and On-Site
  Training (1 EA); Interleaf Production Manager, Interleaf Part
  No. DA-PRODMGR (1 EA); Interleaf Production Manager Maintenance
  (1 YR); Interleaf Business Web, Interleaf Part No. DA-RDM-BWEB
  (1 EA); and In terleaf Business Web Maintenance (1 YR).  Delivery
  terms are F.O. B. Destination to the Naval Undersea Warfare
  Center Division, Newport, Newport, RI by 13 January 1997. 
  This acquisition is being processed under the Simplified Acquisition
  Procedures.  A written quotation will be issued with award
  being made by 7 January 1997.  Other than Full and Open Competition
  procedures are being used because Interleaf is the only company
  that can provide the required Interleaf software that will
  interface with existing Interleaf and Oracle software.  Sources
  that believe they can provide the required software may submit
  a proposal which will be considered by NUWCDIVNPT.
LINKURL: http://www.npt.nuwc.navy.mil/contract/
LINKDESC: 
EMAILADD: BRAZIL@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-355 SN014385)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NIH, National Heart, Lung, and Blood Institute, COB,
  Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda,
  Md 20892-7902
SUBJECT: 70--WORKSTATION & CD ROM DRIVE
SOL NHLBI-PS-SP-97-366
DUE 011097
POC Deborah Coulter, Purchasing Agent, (301) 435-0368 FAX NUMBER
  (301) 480-3345.
DESC: The National Heart, Lung, and Blood Institute intends to
  purchase (3) three each, AXIL Workstations, part # AXL/1-A-256AB-M
  and (1) one each CD-ROM Drive, part #X266T51-JX2S1X, manufactured
  by ANDATACO Company or their equivalent. The AXIL Workstations
  specifications are as follows: Model AXILULTIMA 1 (Sun Ultra
  Sparc compatible workstation), 200MHz UltraSparc CPU, 1MB External
  cache, field upgradable to Ultima 2 (UltraSparc 2), UPA BUS,
  4 SBUS EXPANSION SLOTS, 100Mb Ethernet. Includes US keyboard,
  mechanical mouse, ENG Solaris 2.5.1 High end Desktop, 2.1 GB
  Hard Disk Drive, and Floppy Drive. The CD ROM specifications
  are as follows: 6.7. Speed CD-ROM Drive subsystem for SPARC
  compatible and SGI Workstations and Servers. Features Fast-Narrow
  Single-Ended SCSI-2 Interface, 1000 KB/second sustained transfer
  rate, 120ms average random seek time and 256KB Buffer. Compatible
  with SPARC and SGI Workstations and Servers $lt;BR>, 1000 KB/second
  sustained (Mode 1) data transfer rate <BR>, 5.0 MB/second
  burst (synchronous) data transfer rate <BR>, 4.0 MB/second
  burst (asynchronous) data transfer rate <BR>, 120ms average
  random seek time <BR>, 135,s average random, access to,e
  <BR>, 290ms fullstroke 6.7x<BR>, fst- narrow single-ended
  SCSI-2 host interface <BR>, applicable disk formats: red
  book, yellow book, CD-ROM XA, photo CD, CD-I, video- CD, and
  plus <BR>, line and headphone audio outputs <BR>, one-year
  return-to factory warranty <BR>, includes: ADT/2620-002
  cable 68 pin to mini SCSI2 50, and terminator. The Standard
  Industrial Classification (SIC) Code 3571, Size Standard 1000
  employees will be used for this requirement. Vendors capable
  of furnishing the government with the equipment specified in
  this synopsis should submit a quotation to the below address.
  The quotation shall include the itemized price, the period
  of delivery, prompt payment discount terms, taxpayer identification
  number (TNN), Dun & Bradstreet Number (DUNs), and descriptive
  literature of the equivalent product quoted identifying all
  of the specifications. The quotation must reference "Request
  for Quotation" #NHLBI-PS-SP-96-366. Quotations will be due
  fifteen (15) calendar days from the publication date of this
  synopsis. All responsible sources may submit a quotation, which
  if timely received, shall be considered by the agency. Quotations
  must be submitted in writing to the National Heart, Lung, and
  Blood, Institute, Contracts Operation Branch, Procurement Section,
  Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda,
  MD 20817-7902, Attention: Ms. Deborah Coulter. Fax quotations
  will only be accepted if dated and signed by an authorized
  representative.
CITE: (I-355 SN014402)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--GRIDDLE ASSEMBLY, KITCHEN CORRECTIONS TO NATICK
  DWG  5-13-2541 REV D:
SOL SP0500-97-Q-J440
DUE 012397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/X9238. buyer: 
  Lynne  DeSanto/VAB26/X9211.
DESC: PR-NO:  YPI96318001089 NSN 7310-01-043-5404, 42 1/2 IN.
  O/A LG,  23.062 IN. O/A W action started Comp Code G 85001
  Tech data package  availability:  175 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 31 Dec  96.  RFQ due date:  29 Jan 97.
   Specs:  BR NUK-K-43911B.  Primary  quantity:  175.  Deliveries
  to CONUS (excluding Alaska).  Delivery  schedule:  120 days
  ADO.  NOTE 1 applies.  Size standard:  500 to  obtain a copy
  of this solicitation, please send FAX request to (215)  697-6333
  or X1462 OR 7928.
CITE: (I-355 SN014102)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: General Services Administration, 2FYS, Business Service
  Center  26 Federal Plaza, RM 18-130, New York, NY 10278
SUBJECT: 81--BOX, SHIPPING, CORRUGATED FIBERBOARD, SINGLE WALL
SOL 2FYS-BG-96-0002-S
DUE 022197
POC Margo Michelsen Clare at 212-264-7386
DESC: Solicitation cancelled.
CITE: (I-354 SN014025)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Administrative Support Center East, Office of Contracting,
  Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA
  17070-5001
SUBJECT: 81--PACKING/SHIPPING SUPPLIES
SOL SP3100-97--0002
DUE 031297
POC POC Mona J. Maitland,Contract Specialist, 717-770-5811 or
  R.C. Souto, Contracting Officer, 717-770-6206
DESC: Procurement action is being taken to generate interest
  in a Government type Indefinite/Quantity/Delivery contract
  for Packing/Shipping Supplies (i.e., shipping sacks, woven
  bags, packing and list envelopes).  It is anticipated that
  the period of performance will be for an initial twelve (12)
  month period with the option for the Government to extend for
  an additional twelve (12) period.  All parties interested in
  acquiring a copy of the solicitation package are requested
  to forward their written request to either the address as shown
  above or fax to 717-770-5689.  Plese be sure to include the
  solicitation number and the Government's POC's name with your
  request, as well as the requestor's name/address/telephone
  & FAX numbers.  This acquisition is unrestricted and open to
  both small and large business concerns.  
CITE: (W-355 SN014194)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150,
  Bethesda, MD 20892-7902
SUBJECT: 81--BAGS, PLASTIC, IMPRINTED
SOL NHLBI-PS-SP-97-369
DUE 011097
POC Cecilia Morales, Purchasing Agent, (301) 435-0369.
DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends
  to purchase one (1) lot of 450,000 plastic bags, with the following
  specifications: 12 inches wide by 15 inches tall by .00175
  inches plastic thick with 5 color imprint. The standard color
  matching systems are: PMS 479, PMS 1235, PMS 362, warm red
  and reflex blue text. Vendors interested in this requirement
  should request a copy of the Artwork design from the Purchasing
  Agent. Delivery of the bags is required not later than 02/20/97.
  This requirement is set aside for small business under the
  Standard Industrial Classification (SIC) code 3089, Size Standard
  500 employees. Quotations will be due fifteen (15) calendar
  days from the publication date of this synopsis. The quotations
  shall include an itemized price quotation, the period of delivery,
  prompt payment discount terms, the business size and specifications
  describing the product quoted. Quotations will be evaluated
  on comformance to the government's specifications, price, quality,
  and delivery period. All responsible sources may submit a quotation,
  which if timely received shall be considered by the agency.
  Quotations must be submitted in writing to the National Heart,
  Lung, and Blood Institute, Contracts Operations Branch, Procurement
  Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive,
  Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales, Fax
  (301) 480-3345. Fax quotations will only be accepted if dated
  and signed by an authorized company representative.
CITE: (I-355 SN014338)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--8455010959722 THRU 9728(VARIOUS)BADGE, ID NAVY REQUIREMENTS
   TYPE CONTRACT
SOL SP0100-96-R-0132
DUE 020397
POC Contact:  DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294
DESC: This is a modification to SP010096R-0132 - this is to be
   requirements type contract for one year duration (vs)two year.inspection
  &  acceptance point will be in accordance with fast pay procedures.past
  history  orber Mfg. Co.  Estimated annual requirements 7250
  badges. there will  be various destinations and orders will
  be placed by various naval  installations throughout the world
  with scheduled delivery dates beginning  165 days after award
  request copy of solicitation via FAX 215-737-8143  Loretta
  Cicirello.
CITE: (I-355 SN014093)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150,
  Bethesda, MD, 20892-7902
SUBJECT: 84--PROTECTIVE CLOTHING
SOL NHLBI-PS-SP-97-368
DUE 011097
POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX #
  301-480-3345.
DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends
  to purchase 2500 of each size of Tyvek Coveralls. The sizes
  are XL, 2X, 3X and 4X with the following specifications: elastic
  wrist and ankles, zipper front, front entry, without hood and
  without booties. This requirement is under the Standard Industrial
  Classification (SIC) code 2295, size 1000 employees. Quotations
  will be due fifteen (15) calendar days from the publication
  date of this synopsis. The quotation shall include an itemized
  price, period of delivery, prompt payment discount terms, the
  business size and descriptive literature of the product quoted
  indentifying all of the specifications. Quotations will be
  evaluated on comformance to the government's specifications,
  price, quality, and delivery period. All responsible sources
  may submit a quotation, which if timely received shall be considered
  by the agency. Quotations must be submitted in writing to the
  National Heart, Lung, and Blood institutes, Contracts Operations
  Branch, Procurement Section, Rockledge Building 2, Room 6143,
  6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms.
  Cecilia Morales (FAX 301-480-3345). Fax quotations will only
  be accepted if dated and signed by an authorized company representative.
CITE: (I-355 SN014339)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 87--ON LINE NMR RHEOMETER DESIGN CRITERIA
SOL N00174-97-Q-0110
DUE 020797
POC Brenda Price, Contract Specialist, 1143B, (301) 743-6570.
DESC: A vast knowledge of NMR rheometer is required for this
  requirement. Determine the essential design criteria for an
  on-line NMR rheometer, with imaging capabilities, specifically
  for a continuous processing of highly filed energetic materials
  application. Material will be shipped to Receiving Officer,
  Indian Head Division, Naval Surface Warfare Center Indian Head
  MD 20640-5035. Delivery Schedule: 6 months adc. Contract action
  will be other than full and open competition under the authority
  of 10 U.S.C. 2304 (c) (1). Source: Lockheed Missiles & Space
  Company Palo Alto CA 94304-1191. Requests for quote should
  be addressed to the attention of Brenda Price, (301) 743-6570
  See Numbered Note(s): 22.
CITE: (I-355 SN014218)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: Panama Canal Commission, Logistical Support Division,
  UNIT 2300, APO, AA 34011-2300
SUBJECT: 87--FMC AGRICULTURAL HYDRAULIC SPRAYERS
SOL PAP-89918-KM-29
DUE 012297
POC CAMILO A. VALDES JR., CONTRACT SPECIALIST, (507) 272-4658,
  G. M. ANDERSON., CONTRACTING OFFICER, (507) 272-4658
DESC: HYDRAULIC SPRAYER, FMC PRODUCTS, MODEL DM10E200FERH WITH
  ACC'S.  QTY: 3 EA.  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-355 SN014240)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099
SUBJECT: 89--MILK AND ICE CREAM PRODUCTS
SOL SP0300-97-R-D042
DUE 012997
POC Contact: Pat Sadgwar, Contract Specialist at (215) 737-4491
  or Maureen Jorgensen, Contracting Officer at (215) 737-4228.
DESC: Keesler AFB, MS; Pascagoula Ships/Galley, MS; Key Field
  and Gulfport AFB Exchanges, MS; ANG Gulfport, MS; and Camp
  Shelby, MS, Troop & Exchange require indefinite quantities
  of Milk and Ice Cream Products for a twelve month delivery
  period beginning 01 May 97 and ending 30 Apr 98. This will
  be an Unrestricted Acquisition with Evaluation Preference for
  SDB Concerns (Troop Issue Only). All materials used in fabrication
  are to be furnished by the successful bidder(s). Facsimile
  may be transmitted via 215-737-9300, 9301, 9302, or 9303. All
  responsible sources may submit a proposal which shall be considered
  by the agency.
CITE: (I-354 SN013986)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Tennessee Valley Authority, Purchasing, WR 3P - C, 1101
  Market Street, Chattanooga, TN 37402
SUBJECT: 93--EROSION CONTROL MATERIALS
SOL FR-199380
DUE 020397
POC Contracting Officer, Janet H. Keith, (423) 751-2474
DESC: A solicitation will be issued for erosion control materials
  including fiber rolls, erosion control netting, stabilization
  fabrics, and netting staples.  Requests for the solicitation
  should be faxed to Janet Keith at (423) 751-8330.  Telephone
  requests should not be made unless the requester does not have
  a fax.
CITE: (I-354 SN014018)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: U.S.D.A., Forest Service, Procurement Office, P.O. Box
  1270, Hot Springs, AR 71902
SUBJECT: 93--WOODEN SIGNS
SOL RFQ 08-09-97-15
DUE 020597
POC Fran Harrison, Phone 501/321-5221
DESC: Furnish all materials, labor, tools, equipment, and supplies
  to manufacture twenty-four (24) single-faced, sandblasted,
  redwood signs. Signs shall be packaged and shipped FOB, Ouachita
  National Forest, LeFlore County, Hodgen, Oklahoma by August
  1, 1997. Estimated price range $25,000-$50,000. See Note(s):
  1.
CITE: (I-355 SN014352)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--WIRE NONELECTRICAL STEEL, CORROSION-RESISTANT, ROUND
SOL SP0500-97-R-0044
DUE 020797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Elizabeth J Romano/Y01/X4593 buy er:
   John E  riccioi/YBA14/X5473
DESC: PR-NO:  IDT96143005100 NSN 9505-00-076-8640, @SURFACE treatment
   passivated @LENGTH any acceptable @CROSS section outside diameter
  0.041  inches nom inal @WEIGHT per unit measure any acceptable
  1 -EA Del to  (Call contracting office) Del by 10 Jun 96. 
  RFP due date 97 Feb 07 FSC:   9505-VARIOUS this solicitation
  contains 17 NSNS.  The first NSN is  9505-00-076-8640 the total
  yearly estimated quantity of all 17 NSN is  121,445 lbs specs:
   astm-a580 predominant material:  steel, stainless  size/dimen:
   various this is a small business set-aside, the small  business
  size standard is 1000(NOTE 1 applies) delivery is 45 days after
   date of delivery order to CONUS destinations this solicitation
  contains:   an option to extend the term of the contract for
  4 additional years  specs/Dwgs are not required other NOTE:
   award will be made only to  contractors on the qualified suppliers
  list (QPL).  One year base period  with four one-year options.
CITE: (I-355 SN014096)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous--Potential Sources Sought
OFFADD: Commandant (G-ACS-3B), U.S. Coast Guard Headquarters
  2100 Second Street, SW., Washington, DC  20593-0001
SUBJECT: 99--MARKET SURVEY. MARKET SURVEY FOR BEACONS, LANTERNS
  AND LAMPCHANGERS
SOL DTCG23-97-R-T43014
DUE 011397
POC Point of Contact - Contact: Bonita R. DeWitt, Ph: (202) 267-2526/Contracting
  Officer: Darren L. Brown, Ph: (202) 267-2506
DESC: THIS IS A MARKET SURVEY.  The U.S. Coast Guard is conducting
  a market survey to determine whether there are any companies
  that may provide the following "brand name or equal" optics
  and components: items: DCB-24 beacons (B4313W), DCB-224 beacons
  (B4813W), DCB-224 beacons (B4814WW), RL24 lanterns (RL4816W1K-A),
  Speed Reducers (8887) and lampchangers (LC8949-A). the rotating
  beacons, in conjunction with a standard Coast Guard lamp, provide
  a pencil beam light which is rotated to sweep the horizon in
  lighthouse applications. These beacons have a visible range
  of up to 26 nautical miles. They are used at unmanned sites
  with an annual maintenance cycle. the RL24 range lanterns uses
  the same optical assembly as the rotating beacons, mounted
  on a stationary pedestal. It provides a high-intensity pencil
  beam which may be used to mark channels in excess of 10 nautical
  miles at night and for shorter lengths in day light. Companies
  that have beacons, lanterns, speed reducers and lampchangers
  that they believe can meet or exceed the above mentioned performance
  capabilities are invited to send information about their product
  to the above stated address. Interested firms should submit
  a statement of interest and capabilities, including brochures
  and descriptive literature on services now performed that most
  closely fit the above characteristics. The Government will
  review all submitted statements of capabilities to determine
  market availability of the required service. The Government
  does not have access to the proprietary data necessary to perform
  this work. Submit you information no later than January 13,
  1997. NOTE; THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN
  INVITATION FOR BIDS. THIS IS ONLY A MARKET SURVEY.
CITE: (I-354 SN014036)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A--A COMPACT WAVEFRONT DIVIDING ROD-INTERFEROMETER FOR
  FT-IR SPECTROSCOPY FROM 1 TO 1000 MICRONS
POC Catherine Cavey, Contract Specialist, 301-286-3721.
CNT NAS5-97016
AMT $552,109.00
LINE N/A
DTD 121796
TO Poulos Technical Services, Inc, 7 Waterbury Court, Allentown,
  NJ 08501
CITE: (I-355 SN014330)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A--A PHOTON COUNTING MEGAPIXEL IMAGING DETECTOR FOR
  THE ULTRAVIOLET
POC Janet Langweil, Contract Specialist, 301-286-4212.
CNT NAS5-97022
AMT $598,070.00
LINE N/A
DTD 121096
TO Seigmund Scientific, 15 Sequoia Lane, Lafayette, CA 94549
CITE: (I-355 SN014331)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA, 22310-3398
SUBJECT: A--EXERCISE OF OPTIONS III AND IV; PLACEMENT OF DELIVERY
  ORDER UNDER ORDERING ITEM A
POC Ms. Donyale DeShazo, Negotiator, (703) 325-0847, Edward Archer,
  Contracting Officer, (703) 325-5028.
CNT DNA001-94-C-0185-P00008
AMT $124,652.00
LINE N/A
DTD 121896
TO Science Applications International Corporation, 10260 Campus
  Point Drive, San Diego, CA 92121
CITE: (I-355 SN014365)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 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--A/E INDEFINITE QUANTITY CONTRACT (IQC) FOR THE ROCKY
  MOUNTAIN LABORATORIES, NATIONAL INSTITUTES OF HEALTH, HAMILTON,
  MONTANA (CONTROL NO. 102-AE-96-0909)
POC Abram L. Vinikoor, Contracting Officer (206) 615-2457
CNT 102-97-0901
AMT N/A
DTD 121996
TO Architects Design Group, No.1 Sunset Plaza, Kalispell, Montana
  59901
CITE: (W-354 SN014004)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: NASA/Goddard Space Flight Center, Greenbelt, MD 20771,
  Code 212
SUBJECT: C--ARCHITECTURAL AND ENGINEERING SERVICES
POC Joanne Santiago, Contract Specialist, 301-286-3473.
CNT NAS5-97054
AMT $1,000,000.00
LINE N/A
DTD 121096
TO Cetrom Consulting Engineering, Inc., 818 W. Diamond Avenue,
  Gaithersburg, MD 20878
CITE: (I-355 SN014332)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: National Park Service, Golden Gate National Receration
  Area, Contracting Office, Building 201, Fort Mason, San Francisco,
  CA 94123
SUBJECT: D--AWARD OF SOLE SOURCE CONTRACT FOR FIBER OPTIC DS3
  SERVICE TO PACIFIC BELL COMPANY
POC Joel Simmons, Contract Specialist, 415-556-6063
CNT 1443PX-8140-97-072
AMT $27,360.00
LINE 0001
DTD 121096
TO Pacific Bell Company, Public Sector Federal Systems Group,
  370 Third Street, Room 604, San Francisco, CA 94107
CITE: (W-355 SN014291)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--REPAIR OF F110-GE-400 PRESSURE REGULATIH
CNT F34601-97-C-0092, F34601-97-R-54566
AMT $120,060
DTD 121996
TO Whittaker Corp, Whittaker Controls Div, Po Box 3951, North
   Hollywood Ca 91605-3505
CITE: (I-355 SN014390)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: U.S. Department Of Energy, Idaho Operations Office, 850
  Energy Drive - MS1221, Idaho Falls, ID 83401-1563
SUBJECT: L--ADVANCED MIXED WASTE TREATMENT PROJECT
POC David P. Letendre, Contract Specialist, (208) 526-1950, R.
  Jeffrey Hoyles, Contracting Officer, (208) 526-0790
CNT DE-AC07-97ID13481
AMT $1,186,632,804
LINE 1
DTD 122096
TO BNFL, Inc., 9302 Lee Highway, Suite 950, Fairfax, VA 22031
EMAILADD: hoylesrj@inel.gov
EMAILDESC: 
CITE: (W-355 SN014258)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center 7305 North Military Trail West Palm
  Beach Forida 33410
SUBJECT: Q--DURABLE MEDICAL EQUIPMENT SERVICES
POC Donna Nelson, Contracting Officer (561)882-6510; Alternate
  points of contact: Annette M. Gaessler (561)882-6508 or Dinora
  Bruno (561)882-6511.
CNT V548P-454
AMT $53,400
LINE N/A
DTD 122096
TO THE MEDICAL STORE, 8305 GARDEN BLVD. RIVIERA BEACH, FL 33404
CITE: (I-355 SN014325)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Justice, Procurement Services Staff,
  National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington,
  DC 20530
SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES
POC Mark Selweski, Contracting Officer, 202/307-1968.
CNT 97-C-0025
AMT $250,000.00
LINE N/A
DTD 112296
TO Aspen Systems Corp. 1600 Research Blvd., Rockville, MD 20850
CITE: (I-354 SN013989)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Justice, Procurement Services Staff,
  National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington,
  DC 20530
SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES
POC Mark Selweski, Contracting Officer, 202/307-1968.
CNT 97-C-0026
AMT $250,000.00
LINE N/A
DTD 112296
TO CACI, Inc. Commercial, 1100 N. Glebe Rd., Arlington, VA 22201
CITE: (I-354 SN013990)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Justice, Procurement Services Staff,
  National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington,
  DC 20530
SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES
POC Mark Selweski, Contracting Officer, 202/307-1968.
CNT 97-C-0027
AMT $50,000.00
LINE N/A
DTD 112296
TO DynCorp - 2000 Edmund Halley Dr., Reston, VA 22091-3436
CITE: (I-354 SN013991)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Justice, Procurement Services Staff,
  National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington,
  DC 20530
SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES
POC Mark Selweski, Contracting Officer, 202/307-1968.
CNT 97-C-0028
AMT $50,000.00
LINE N/A
DTD 112296
TO Rust Federal Systems, L.C., 205 Van Buren St., STE 180, Herndon,
  VA 22070
CITE: (I-354 SN013992)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Justice, Procurement Services Staff,
  National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington,
  DC 20530
SUBJECT: R--QUALITY ASSURANCE SERVICES
POC Mark Selweski, Contracting Officer, 202/307-1968.
CNT 97-C-0029
AMT $50,000.00
LINE N/A
DTD 121096
TO CEN Corp., 5252 Cherokee Avenue, Suite 300, Alexandria, VA
  22312
CITE: (I-354 SN013993)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Defense Reutilization and Marketing Service, drms-po,
  74  Washington Avenue, North, Battle Creek, Michigan 49017-3092
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT
  SERVICES  (CONTRACT AWARD) NONPERSONAL SERVICES TO PROVIDE
  ADVISORY SERVICES FOR  IMPLEMENTATION OF ENTERPRISE MANAGEMENT
POC Contact point:  Beverly C. Bugai, contracting officer  (616)961-5942,
  drms-po, FAX (616)961-4474
CNT SP4410-97-C-1001
AMT $145,606.00
DTD 121396
TO Arthur Andersen llp, 1150 17TH Street NW, Suite 901,  Washington,
  DC 20036
CITE: (I-354 SN014019)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Defense Reutilization and Marketing Service, drms-po,
  74  Washington Avenue, North, Battle Creek, Michigan 49017-3092
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT
  SERVICES  (CONTRACT AWARD) NONPERSONAL FINANCIAL ADVISORY SERVICES
  FOR JOINT VENTURE  DEVELOPMENT
POC Contact point:  Brian A. Moravek, contracting officer, drms-po,
   (616)961-7122, FAX (616)961-4474
CNT SP4410-97-C-1000
AMT $300,000.00
DTD 121896
TO Kormendi-gardner partners, 1025 Connecticut Avenue, n.w.,
   Suite 308, Washington, d.c.  20036
CITE: (I-354 SN014020)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929,
  Room 114, Fort Bragg, NC 28307-5200
SUBJECT: R--RESEARCH AND ADMINISTRATIVE SUPPORT
POC David Fouche, Contract Specialist, US Army Special Operations
  Command (910)432-7670
CNT USZA92-97-M-8123
AMT $16,000.00
LINE 0001
DTD 122096
TO Russian and East European Partnerships, PO Box 227, Fineview,
  NY  13640
CITE: (W-355 SN014171)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service, Harpers Ferry Center, Office of
  Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West
  Virginia  25425-0050
SUBJECT: R--NATURAL HISTORY MODELS AND EXHIBITS
POC Kimberly A. Strite, Contract Specialist, (304) 535-6485
CNT 1443-CX-1100-97-006
AMT $000.00
DTD 122096
TO Academy Studios, Inc., 70 Galli Drive, Novato, California
   94949
CITE: (I-355 SN014321)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service, Harpers Ferry Center, Office of
  Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West
  Virginia  25425-0050
SUBJECT: R--NATURAL HISTORY MODELS AND EXHIBITS
POC Kimberly A. Strite, Contract Specialist, (304)535-6485
CNT 1443-CX-1100-97-007
AMT $000.00
DTD 122096
TO Chase Studio, Inc., 205 Wolf Creek Road, Cedar Creek, Missouri
  65627-9720
CITE: (I-355 SN014376)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: R--B-52 ENGINEERING SERVICES
CNT F34601-93-C-0454P00070, FD2030-97--30424
AMT $432,000
DTD 121996
TO Boeing Defense And Space Group, Product Support Div Boeing
  Co, P  O Box 7730, Wichita Ks 67277-7730
CITE: (I-355 SN014388)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Bureau of Prisons South Central Regional Office, 4211
  Cedar Springs Road Suite 201, Dallas, TX 75219
SUBJECT: S--TRASH REMOVAL SERVICES
POC Gwendolynne Todd, Contracting Officer, (214) 767-5902.
CNT J364c-004
AMT $75,716.00
LINE N/A
DTD 122096
TO BFI, Inc. , P. O. Box 1056, Nederland, TX 77627.
CITE: (I-355 SN014225)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction/Resident Officer in
  Charge of Construction, Naval Air Station, Stop 49,  22445
  Peary Road, Patuxent River, Maryland 20670-5504
SUBJECT: S--LEASED RELOCATABLE OFFICE LR-51, NAVAL AIR STATION,
  PATUXENT RIVER, MD
POC Jacqueline M. Lacey (301) 342-3854, ext. 506.
CNT N62477-96-D-3077
AMT Not-To-Exceed $65,775.00
LINE Bid Item 0001 and 000
DTD 121296
TO Valley Modular  Office, Inc., P.O. Box 843, Abingdon, Maryland
  21009
CITE: (M-355 SN014300)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: U.S. Department of Labor Office of Inspector General
  Office of Management and Counsel Room S5508 Washington, D.C.
   20210
SUBJECT: V--LODGING AND CONFERENCE ROOMS
POC Kathleen Young Contracting Officer (202) 219-7869 FAX (202)
  219-9013
CNT L/IG 97-01
AMT $214590
DTD 121896
TO Grosvenor Resort - Walt Disney World Village 1850 Hotel Plaza
  Boulevard Lake Buena Vista, FL  32830-2202
CITE: (I-355 SN014295)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue,
  Chambersburg, PA 17201-4152
SUBJECT: W--LEASE OF A BUCKET TRUCK FOR A BASE YEAR AND FOUR
  OPTION YEARS
POC Point of Contact - Trudy Alleman, Contract Specialist, 717-267-9239
  x305. Contracting Officer, Brenda S. Earnest, 717-267-9817
  x260
CNT DAAC67-97-C-0002
AMT $46,500.00
LINE NA
DTD 121996
TO Global Rental Co., 31 Inverness Center Parkway, STE 360, Birmingham,
  AL 35242
EMAILADD: tkeller@letterkenn-emhl.army.mil
EMAILDESC: 
CITE: (D-355 SN014190)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--INSTRUMENT LANDING SYSTEM (ILS) SITE PREPARATION
  AT FORREST SHERMAN FIELD, PENSACOLA, FL
POC N/A
CNT N65114-96-C-2166
AMT $472,653.00
DTD 121896
TO Barnes Electric Construction Company, Post Office Box 17269,
  Pensacola, FL 32522-7269
CITE: (I-354 SN014001)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--CONSTRUCT WHITING FIELD RECREATION TRAILHEAD, NAVAL
  AIR STATION, WHITING FIELD, MILTON, FL
POC N/A
CNT N65114-96-C-2146
AMT $70,197.00
DTD 121096
TO Florida Grading & Paving, Inc., 5983 Commerce Road, Milton,
  FL 32583
CITE: (I-354 SN014021)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Highway Administration, Central Federal Lands
  Highway Division (HPC-16), P.O. Box 25246, Denver, CO 80225
SUBJECT: Y--GRADING, DRAINAGE, & HOT ASPHALT TREATED BASE COURSE
  (WITH HOT ASPHALT SURFACING OPTION) ON 6.155 MILES OF ROAD
  IN KAIBAB NATIONAL FOREST, COCONINO COUNTY, AZ
POC Federal Highway Administration, Central Federal Lands Highway
  Division (HPA-16), (303)969-5937
CNT DTFH68-97-C-00010
AMT $5,547,812.50
DTD 122096
TO Mountain Gravel & Construction Co., P.O. Box 788, Dolores,
  CO 81323
CITE: (W-355 SN014254)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: Z--CONSTRUCT FIRE PROTECTION SYSTEMS IN ANECHOIC CHAMBERS
CNT 50RANB70C011
AMT $298,138.00
LINE B-1 and B-2
DTD 121196
TO SBA/Marquez Constructors, Inc., 5440 Marshall St. #7; Arvada,
  CO  80002
CITE: (I-354 SN014015)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--IMPROVE CAPEHART HOUSING, PH IV
POC LGCC/Kay Clayton, Contracting Officer, 817/676-7493.
CNT F41612-97-C0003
AMT $4,161,170.00
DTD 121896
TO Johnson Controls World Services Inc, 7315 North Atlantic Avenue,
  Cape Canaveral FL 32920
CITE: (W-354 SN014023)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA
  93437-5226
SUBJECT: Z--REPLACE 16 WATER VALVES
POC Tom Zidar (805) 734-8232 ext 6-1733
CNT F04684-97-C-0012
AMT $211,400.00
LINE 0001
DTD 121996
TO Valverde Construction , Inc 12402 Philadelphia Street, Whittier
  CA 90601
CITE: (W-355 SN014202)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
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--IMPROVEMENTS TO VEHICLE MAINTENANCE FACILITY, NMCRC,
  AURORA, CO!!
POC Contracting Officer, Gerald V. Wegener, (847) 688-2600 X114
CNT N68950-95-C-9034
AMT $376,715.00
LINE N/A
DTD 121996
TO Cyrus G. Delano, 4770 S. Wyandot Street, Englewood, CO 80110
LINKURL: N/A
LINKDESC: 
EMAILADD: N/A
EMAILDESC: 
CITE: (W-355 SN014241)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--SABER - SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS
POC Sharon Gatenby, Contract Specialist or Carroll M. Vye, Contracting
  Officer, 307-775-2635 
CNT F48608-97-D0006
AMT $20,000,000 NTE
LINE N/A
DTD 122096
TO Harbert-Yeargin, Inc., 100 Concourse Parkway, Suite 250, Birmingham,
  AL, 35244
CITE: (W-355 SN014244)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 354 Contracting Squadron/LGCC, 3112 Broadway Ave UNIT
  5B, Eielson AFB, Alaska 99702-1887
SUBJECT: Z--REPLACE MILITARY FAMILY HOUSING
POC Jason Edge, (907) 377-4916, Contract Administrator, Eielson
  AFB, Alaska.
CNT F65503-97-C0003
AMT $19,191,000.00
LINE 0001, 004-005
DTD 111496
TO Kiewit Construction Company, 1577 C Street, Suite 101, Anchorage,
  AK 99501.
CITE: (M-355 SN014299)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
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--CHILLER/COOLING TOWER UPGRADE, BLDG 8, CCAD, NAS,
  CORPUS CHRISTI, TX
POC Irma Watts (512) 939-2154 or Contracting Officer Charlotte
  Cummins (512) 939-2154.
CNT N62467-96-C-9383
AMT $574,475.00
LINE Lump Sum including Am
DTD 120996
TO First Coast Contractors, 3035 Powers Ave, Suite 3, Jacksonsville,
  FL 32207-8011
CITE: (M-355 SN014306)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities
  Engineering Command Contracts, Code 220, Pearl Harbor, HI 96860-5470
SUBJECT: Z--INDEFINITE QUANTITY CONTRACT FOR EXTERIOR PAINTING,
  FAMILY HOUSING, OAHU, HAWAII
POC Contact: S. Lillie, (808) 474-3385; Contracting Officer:
  A. Yuen, (808) 474-3385.
CNT N62755-96-D-2983; 2984; 2985/IFB. No. N62755-96-B-2932
AMT $30,000,000.00
LINE BID ITEM 1 AND 2
DTD 121996
TO Extra Builder, Inc., 3236 Peck Rd., El Monte, CA 9173 Dynamics,
  Inc., 816 Gulick Ave., Honolulu, HI 96819; Society Painters,
  Inc., 96-1403 Waihona Pl., Pearl City, HI 96782
CITE: (I-355 SN014362)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), Attn: AMSTA-AC-PCC (WVL), Rock Island, IL
  61299-7630
SUBJECT: 10--FEED THROAT ASSY
POC Contract Specialist: Betty L. Foulks (309) 782-4399, PCO:
  Brian W. Schmidt (309) 782-8490
CNT DAAE20-97C0018
AMT $61,938
LINE DAAE20-96R0266
DTD 121896
TO Saco Defense Incorporated, 291 N. St., Saco, Maine 04072
CITE: (I-355 SN014327)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 12--LIMITER, PASSIVE
POC Contact Point, C. W. Nye, 02132.6, (717)790-2173, Fax, (717)790-2284,
  Twx, Not-avail, Contracting Officer, W. R. Wolfe, 02132, (717)790-2191
CNT N0010496DL003, Sol Nr N00104-95-R-L424, NIIN 011887816
AMT $1
DTD 121696
TO Communications & Power Indsutries , Beverly ,MA 01915-0000
CITE: (I-355 SN014180)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQL), Rock Island , IL
  61299-7630
SUBJECT: 12--EYEPIECE ASSEMBLY, O
POC Contract Specialist: Vickie Buzzell (309) 782-4650, PCO:
  John E. Holmgren (309) 782-4836
CNT DAAE20-96C0057
AMT $43,400
LINE DAAE20-96B0199
DTD 112596
TO Seiler Instr. & Mfg. Co., Inc., 170 E. Kirkham Avenue, St.
  Louis, MO 63119
CITE: (I-355 SN014227)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13--PROPELLANT, INITIATING
POC Contact Point, A. L. Artz, 0242.2, (717)790-3353, Fax, (717)790-2284,
  Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2753
CNT N0010497CKA25, Sol Nr N00104-96-R-K128, NIIN 014322263
AMT $442,710
DTD 120996
TO Thiokol Chemical Corp , Elkton ,MD 21921-0002
CITE: (I-355 SN014181)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 13--DETONATING CORD LIVE/INERT
POC Contact Michael L. Burch, Contract Specialist, 1141B, (301)
  743-6662 Celeste A. Mills, Contracting Officer, 1141.
CNT Contract Number: N00174-97-C-0010 Solicitation No: N00174-96-R-0056
AMT $1,878,101.66
LINE 0001AA THRU 0004AA
DTD 120396
TO Ensign-Bickford Company 660 Hopmeadow Street
CITE: (I-355 SN014235)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--MIRROR-DAMPER-SUNSHADE ASSEMBLY
CNT SP0920-97-M-1532
AMT $83,420.00
LINE 0001 THROUGH 7003
DTD 121996
TO Aiw-Alton Inc 1475 Palisado Ave P O Box 713 Windsor CT 06095-0713
CITE: (I-354 SN014045)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 14--JAPANESE REVISIONING SERVICES
POC Robert E. Thomas, Jr., Contract Specialist, AMSMI-AC-CBCB,
  (205) 876- 0845, Ann L. Byers Booth, MAJ,USA, Contracting Officer,
  AMSMI-AC-CBCB, (205) 876-5051 (PCB).
CNT DAAH01-97-P-0270, Solicitation # DAAH01-96-T-0961
AMT $26,702.00
LINE 0001AA AND 0002AA
DTD 121096
TO Lockheed Martin Vought Systems Corp., 1701 W. Marshall Drive,
  Grand Prairie, TX 75051-0003
CITE: (I-355 SN014232)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--INSULATION ASSEMBLY
SOL SP0460-97-Q-B208
CNT SP0460-97-M-2442
AMT $47,532.00
LINE 0001
DTD 121996
TO Seaman Products of California 620 Arroyo Ave P.O.Box 9004
  San  Fernando CA 91341-9004
CITE: (I-355 SN014082)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, TRAILING EDGE
SOL SP0460-96-R-2194
CNT SP0460-97-C-5122
AMT $123,930.00
LINE 0001
DTD 121996
TO Airborne Product Support Inc 801 Avenida Acaso Camarillo CA
  93012
CITE: (I-355 SN014086)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, mo 63120-1798
SUBJECT: 15--PYLON AIRCRAFT
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  fax 314-263- 9012, Pamela Moran Contracting Officer, 314-263-0782.
CNT DAAJ09-94-G-0005, 0026
AMT $ 799,190.00
LINE 0001AA
DTD 122096
TO McDonnell Douglas Helicopter Company, dba McDonnell Douglas
  Helicopter System, 5000 E. McDowell Road, Mesa, AZ 85215-9797
CITE: (I-355 SN014324)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PLATE, MOTOR HYDRAULIC.
SOL SP0760-96-Q-T082
CNT F34601-95-G-0003-UBT4
AMT $264,024.00
LINE 0001AA THROUGH 0001AF
DTD 121396
TO Vickers Inc Aerospace Marine Defense 5353 Highland Dr Jackson
  MS  39206
CITE: (I-355 SN014125)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SENSOR UNIT.
SOL SP0740-96-R-0550
CNT SP0740-97-C-0544
AMT $154,750.00
LINE 0001 THROUGH 0002
DTD 121996
TO Lisk G W Co 2 South St Clifton springs NY 14432-1195
CITE: (I-355 SN014126)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--SUPPORT ASSY; P/N 185842-1; 9 EA --1660010113266
CNT F42600-95-G-7501SD2E, FD2030-97-0-8023
AMT $25,128
DTD 121896
TO Allied Signal-Allied Signal Aero, Fluid Systems, P O Box 22200,
   Tempe Az 85285-2200
CITE: (I-355 SN014393)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--CAB ASSEMBLY
CNT SP0750-97-M-1256
AMT $26,625.00
LINE 0001 THROUGH 0003
DTD 121196
TO Stewart and Stevenson Services Inc 5000 Interstate 10 W Sealy
  TX  77474
CITE: (I-355 SN014127)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany,
  GA 31704- 3019
SUBJECT: 25--CONTROL, FORCE AMPLIFIER
POC Dixon B. Chatman, Contract Specialist, Code 894, (912)439-6761
  Contracting Officer, Larry F. Pendley, Code 894, (912)439-6761.
CNT N00383-93-G-M111/NC02/M67004-97-Q-4003
AMT $63,375.00
LINE N/A
DTD 122496
TO Sundstrand, P. O. Box 7002, Rockford, IL 61125
CITE: (I-355 SN014221)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SEAL, RING, STATIONARY
SOL SP0480-97-Q-J368
CNT SP0480-97-M-F439
AMT $30,043.25
LINE 0001
DTD 112096
TO Honeycomb products Inc Indianapolis thermal processing Div
  405 W  Raymond St Indianapolis In 46225-1994
CITE: (I-355 SN014079)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--BOSS, NO. 6 BEARING STRUT
SOL SP0480-96-Q-W335
CNT SP0480-97-M-F085
AMT $80,250.00
LINE 0001
DTD 121996
TO Lewis machine Co 22 John St East Hartford CT 06128-0205
CITE: (I-355 SN014083)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 28--PARTITION, NOZZLE
SOL SP0500-96-Q-AV22
CNT F34601-97-G-0002-TZ03
AMT $36,127.50
LINE 0001AA THROUGH 0001AE
DTD 121996
TO General Electric Co GE aircraft engines mail drop S133 1 Neumann
   Way P.O.Box 156301## Cincinnati OH 45215-6301
CITE: (I-355 SN014107)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--BODY, MOUNT
SOL SP0480-97-Q-J088
CNT SP0480-97-M-F354
AMT $27,840.00
LINE 0001
DTD 121996
TO M/RAD Corp 71 Pine St Woburn MA 01801-3225
CITE: (I-355 SN014088)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID.
SOL SP0740-97-R-1147
CNT F09603-94-G-0016-UB3C
AMT $311,069.06
LINE 0001AA THROUGH 0001AF
DTD 121796
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-355 SN014124)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, NEEDLE
SOL SP0500-97-Q-9758
CNT SP0500-97-M-T616
AMT $34,816.00
LINE 0001
DTD 121996
TO Roller Bearing Co of America 400 Sullivan Way P.O.Box CN 77430
   Trenton NJ 08628-7430
CITE: (I-355 SN014095)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, PLAIN, ROD END
SOL SP0500-97-Q-A644
CNT SP0500-97-M-T795
AMT $38,464.40
LINE 0001
DTD 121996
TO E-Systems Inc Montek Div 2268 S 3270 W Salt Lake City UT 84119
CITE: (I-355 SN014108)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
SOL SP0500-97-Q-9874
CNT SP0500-97-M-T728
AMT $39,200.00
LINE 0001AA THROUGH 0002AB
DTD 121996
TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New
  York  14701
CITE: (I-355 SN014109)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, NEEDLE
SOL 96TDX4-82-P-0500
CNT SP0500-97-M-8438
AMT $33,000.00
LINE 0001
DTD 121996
TO Torrington Co The Needle Bearings Div 59 Field St Torrington
  CT  06790-4942
CITE: (I-355 SN014114)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 39--PALLET, MATERIAL HANDLING
CNT SP0500-97-M-V114
AMT $31,104.00
LINE 0001
DTD 121996
TO Five star lumber Co 6899 Smith Ave Newark CA 94560
CITE: (I-355 SN014116)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--ADAPTER, STRAIGHT, PIPE TO BOSS. MONEL AND
CNT SP0760-96-C-5055
AMT $44,100.00
LINE 5001AC
DTD 121996
TO Marotta Scientific control Inc.  78 boonton Ave.  P. O. Box
  427  montville, NJ 07045
CITE: (I-355 SN014128)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 48--OVERHAUL-F16 EJECTOR SHUTOFF VALVE --4810013406457TP
CNT F34601-97-C-0098, F34601-97-R-47329
AMT $27,152
DTD 121896
TO Kaiser Aerospace & Electronics Co, Kaiser Fluid Technologies,
  Po  Box 5270, charlotte Nc 28225-5270
CITE: (I-355 SN014391)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BRACKET, GEARBOX-LEFT HAND
SOL SP0500-96-Q-MG95
CNT F34601-92-G-0011-TZG5
AMT $29,848.46
LINE 0001AA THROUGH 0001AB
DTD 121996
TO General Electric Supply Co Support Services Section 158 Gaither
   Drive Mt Laurel N J 08054-1716
CITE: (I-355 SN014105)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BOLT, SLABBED HEAD
CNT SP0500-97-M-U520
AMT $99,996.00
LINE 0001AA THROUGH 0001AC
DTD 121996
TO Lamson and sessions Co the valley-todeco 12975 Bradley Ave
  Sylmar  CA 91342-3830
CITE: (I-355 SN014110)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--LATCH, ASSEMBLY
CNT F04606-96-G-0011-TZ26
AMT $45,052.00
LINE 0002
DTD 121996
TO McDonnell Douglas Corp Douglas aircraft Co 2401 E Wardlow
  Rd Long  Beach CA 90807-4418
CITE: (I-355 SN014111)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--STUD, TURNLOCK FASTENER
SOL SP0500-97-Q-A482
CNT SP0500-97-M-U608
AMT $27,500.00
LINE 0001
DTD 121996
TO P B Herndon Company 4050 Lakeview Shores Ct Earth City Mo
  63045
CITE: (I-355 SN014112)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE
SOL SP0500-97-Q-C563
CNT SP0500-97-M-U467
AMT $78,408.00
LINE 0001
DTD 121996
TO Matheus lumber Co Inc 15800 Woodinville Redmond Rd Woodinville
  WA  98072
CITE: (I-355 SN014113)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 58--VIDEO CODER/DECODER
POC Marge Schafer, Contract Specialist, 619-939-4292.
CNT N68936-97-C-0062
AMT $239,358.00
LINE LINE 0001 THRU 00011
DTD 121696
TO Tektronix, Inc., Grass Valley Products, P.O. Box 1114, Grass
  Valley, CA 95945, (Lg.)
CITE: (I-355 SN014334)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0095
CNT SP0900-97-M-0038
AMT $25,310.40
LINE 0001 THROUGH 0008
DTD 121996
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-354 SN014037)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0075
CNT SP0900-97-M-0055
AMT $46,561.31
LINE 0001 THROUGH 0010
DTD 121896
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-354 SN014038)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
CNT SP0960-97-C-0019
AMT $495,000.00
LINE 0001AA THROUGH 0001AF
DTD 121996
TO Planar advance Inc 13950 SW Karl braun beaverton OR 97005
CITE: (I-354 SN014039)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--AMPLIFIER, INTERMEDI
CNT SP0935-97-M-1668
AMT $99,684.00
LINE 0001
DTD 121996
TO Ail systems Inc sub of Eaton Corp 450 Commack Rd Deer Park
  NY  11729-4591
CITE: (I-354 SN014040)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-97-Q-A012
CNT SP0960-97-M-1452
AMT $50,550.00
LINE 0001
DTD 121996
TO Communications and power Industries Inc eimac Div 301 Industrial
   Way San Carlos CA 94070-2603
CITE: (I-354 SN014041)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ROTARY
SOL 96TW28-62-P-0900
CNT SP0930-97-M-1571
AMT $25,800.00
LINE 7001
DTD 121996
TO Ward Leonard electric Co Inc 31 South St Mount Vernon NY 
  10550-1714
CITE: (I-354 SN014042)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH ASSEMBLY
SOL SP0930-97-Q-A041
CNT SP0930-97-M-2435
AMT $43,384.00
LINE 0001 THROUGH 0002
DTD 121996
TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116
CITE: (I-354 SN014043)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, RADIO FREQUENCY TRANSMISSION LINE
SOL SP0970-96-R-A078
CNT SP0970-97-C-0018
AMT $243,250.00
LINE 0001AA THROUGH 0001AD
DTD 121996
TO Jay-el products Inc DMT Div 23301 S Wilmington Ave Carson
  CA  90745-1921
CITE: (I-354 SN014044)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELEC
SOL SP0935-97-Q-1302
CNT SP0935-97-M-1650
AMT $46,800.00
LINE 0001 THROUGH 0002
DTD 121996
TO Connectec 1701 Reynolds Ave Irvine CA 92614
CITE: (I-354 SN014046)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0095
CNT SP0900-97-M-0037
AMT $39,208.07
LINE 0001 THROUGH 0007
DTD 121996
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-354 SN014047)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR ASSEMBLY
CNT SP0905-97-M-1282
AMT $26,107.20
LINE 0001 THROUGH 0002
DTD 121996
TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015
CITE: (I-354 SN014048)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
CNT N00383-95-G-B500-UB01
AMT $166,575.00
LINE 7001AA THROUGH 7001AH
DTD 121996
TO Lockheed Martin Corp Sanders a Lockheed Martin Co MS NHQ1-561
  65  spit brook rd## P.O.Box 868 Nashua NH 03061-0868
CITE: (I-354 SN014049)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59--CIRCUIT CARD ASSEMB
POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie
  A Pepperman, 02152, (717)790-3056
CNT N0010496PGC59, Sol Nr N00104-96-T-3264, NIIN 013455884
AMT $27,132
DTD 122996
TO Lockheed Martin Tactical Systems , Saint Paul ,MN 55121-00
CITE: (I-355 SN014182)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--INVERTOR, POWER, STATIC
SOL SP0430-97-Q-Q115
CNT SP0430-97-M-R588
AMT $29,455.00
LINE 0001
DTD 121996
TO Power Paragon Inc airborne power 2002 E Watkins St Suite 1
   Phoenix AZ 85034-5802
CITE: (I-355 SN014081)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--STATOR, GENERATOR
SOL SP0430-96-Q-BR69
CNT N00383-95-G-M120-TYT3
AMT $38,567.99
LINE 0001AA THROUGH 0001AC
DTD 121996
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-355 SN014084)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--POWER SUPPLY
SOL SP0430-97-Q-Q085
CNT SP0430-97-M-R626
AMT $32,371.44
LINE 0001 THROUGH 0002
DTD 121996
TO Am-mac Inc 38 Fairfield Pl West Caldwell NJ 07006
CITE: (I-355 SN014085)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--POWER SUPPLY
SOL 96T876-12-P-0400
CNT SP0430-97-M-R533
AMT $56,235.00
LINE 0001AA THROUGH 0001AB
DTD 121996
TO Alliedsignal Avionics Inc 15001 NE 36TH St P O Box 97001 Redmond
   WA 98073-9701
CITE: (I-355 SN014087)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--CABLE, RADIO FREQUENCY
SOL SP0500-97-Q-4437
CNT SP0500-97-W-0837
AMT $99,500.00
LINE 0001
DTD 121996
TO Murry Benjamin Electric Co 174 Vanderbilt Avenue Brooklin
  NY  11205
CITE: (I-355 SN014115)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--WIRE, ELECTRICAL
SOL SP0500-97-Q-2860
CNT SP0500-97-M-V034
AMT $32,960.00
LINE 0001
DTD 121996
TO McCaffrey and Associates 109 Gauntt St P.O.Box 189 Burlington
  NJ  08016
CITE: (I-355 SN014117)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany,
  GA 31704- 3019
SUBJECT: 61--POWER SUPPLY
POC Donna L. Webber, Contract Specialist, Code 893, (912)439-6773
  Contracting Officer, Sandra E. Walker, Code 893, (912)439-6773.
CNT M67004-97-P-3005/M67004-96-Q-3034
AMT $54,475.00
LINE N/A
DTD 121096
TO Pioneer Standard Electronics, Inc., Irvine, CA 92718
CITE: (I-355 SN014238)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--INVITRO DIAGNOSTICS REAGENTS,TEST KITS AND SETS
POC SANDRA PERKINS, Contracting Officer (708) 786-4958
CNT V797P-5009X
AMT $125,000
LINE N/A
DTD 122096
TO Krackeler Scientific, Inc.57 Broadway, POB 1849, Albany, NY
  12201-1849
CITE: (I-355 SN014343)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q4-94 OPEN SEASON I, WHEELCHAIRS
POC Marsha D. Jeffries (708) 786-5198
CNT V797P-3378k
AMT $3,000,000
LINE N/A
DTD 112196
TO Crown Therapeutics, Inc., 100 Flordia Ave., P.O. Box 8089,
  Belleville, IL 62222-9964
CITE: (I-355 SN014358)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q4-94 OPEN SEASON I, WHEELCHAIRS
POC Ledester Lumpkin (708) 786-5177
CNT V797P-3384k
AMT $50,000
LINE N/A
DTD 112696
TO Advanced Medical Systems, Inc., 352 Cleveland Pl., Ste. 105,
  Virginia Beach, VA 23463
CITE: (I-355 SN014359)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q2-94, OPEN SEASON I, 65 II C, DENTAL EQUIPMENT
  AND SUPPLIES
POC Carol J. Calhoun, Contracting Officer (708) 786-5190
CNT V797P-3387k
AMT $75,000
LINE N/A
DTD 120696
TO ASI Medical, Inc., 14550 E. Easter Ave., #1000, Engelwood,
  CO 80112
CITE: (I-355 SN014361)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q4-94, OPEN SEASON I, 65 II F, WHEELCHAIRS
POC Marsha D. Jeffries, Contracting Officer, (708) 786-5198
CNT V797P-3386k
AMT $50,000
LINE N/A
DTD 121196
TO Paraglide Medical, Inc., 12001 31st Ct., North, St. Petersburg,
  FL 33716
CITE: (I-355 SN014363)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q2-94, OPEN SEASON I, 65 II C, DENTAL EQUIPMENT
  AND SUPPLIES
POC Mark A. Sojka, Contracting Officer, (708) 786-5195
CNT V797P-3389k
AMT $327,916
LINE N/A
DTD 121296
TO Coltene/Whaledent Inc., 750 Corporate Dr., Mahwah, NJ 07430
CITE: (I-355 SN014364)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--PROBE, TEMPERATURE
SOL SP0440-96-R-3150
CNT SP0440-97-C-0156
AMT $72,648.00
LINE 0001AA THROUGH 0001AB
DTD 121696
TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN  55306-4898
CITE: (I-355 SN014078)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--PRISM, OPTICAL
SOL SP0440-97-Q-T100
CNT SP0440-97-M-X679
AMT $30,430.00
LINE 0001
DTD 121996
TO R and D electronics Inc 5501 highway 431 S brownsboro AL 35741
CITE: (I-355 SN014080)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 66--SIMULATOR, ELECTRODE, AUTOMATED ANALYZER USE WITH
SOL SPO200-97-R-8005
CNT SP0200-97-M-CA14
AMT $82,751.76
LINE 0001AA
DTD 121996
TO Ciba Corning diagnostics Corp 115 Norwood Park S Norwood MA
  02062
CITE: (I-355 SN014123)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66--DIGITIZING OSCILLOSCOPES
POC Contact Point, R. D. Rhoades, 02151.5, (717)790-3234, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, T. E. Trump,
  021x, (717)790-2736
CNT N0010497DN007, Sol Nr N00104-95-R-ND54, NIIN 014388024
AMT $1
DTD 120296
TO Tektronix Inc , Beaverton ,OR 97077-0001
CITE: (I-355 SN014183)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQL), Rock Island , IL
  61299-7630
SUBJECT: 66--HEADREST, OPTICAL IN
POC Contract Specialist: Vickie Buzzell (309) 782-4650, PCO:
  John E. Holmgren (309) 782-4836
CNT DAAE20-97C0015
AMT $37,052
LINE N/A
DTD 112596
TO Basic Rubber & Plastics, 8700 Boulder Court, Walled Lake,
  MI 48390
CITE: (I-355 SN014228)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 68--MORPHOLINE, REAGENT
POC Contact Point, J. L. Michael, 87322.4, (717)790-1427, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, J. L. Michale,
  87322.4, (717)790-1427
CNT N0010497D7007, Sol Nr N00104-96-R-BP74, NIIN 010209872
AMT $1
DTD 121396
TO Hawk Creek Lab Inc , Glen Rock ,PA 17327-9622
CITE: (I-355 SN014184)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Patent & Trademark Office, Office of Procurement, Box
  6, Washington, DC   20231
SUBJECT: 70--DATA WAREHOUSE FOR THE PATENT AND TRADEMARK OFFICE
CNT 50-PAPT-7-00014
AMT $8,762,020.00
DTD 121996
TO MRJ Technology Solutions, 10560 Arrowhead Drive, Fairfax,
  VA 22030.  The dollar amount listed above is the overall evaluated
  price.  POC Becky Morehart, Contracting Officer, 703-305-8555.
CITE: (I-354 SN014010)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Federal Computer Acquisition Center (FEDCAC), 83 Hartwell
  Avenue, Lexington, MA 02173-3115
SUBJECT: 70--CORPORATE COMPUTING SYSTEMS (NIH) FEDCAC PROJECT
  108
POC Mary E. Doherty, Contracting Officer, (617) 860-7103; Jeannine
  D. Lemay, Contract Specialist 
CNT GS00K97ALD0001
AMT $55,288,712
LINE N/A
DTD 121896
TO FDC Technologies, Inc., 4800 Hampden Lane, Bethesda, MD 20814
LINKURL: http://www.gsa.gov/fedcac
LINKDESC: 
EMAILADD: mary.doherty@gsa.gov
EMAILDESC: 
CITE: (W-355 SN014169)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND
  SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Robert F. Zentell 817 978-8654
CNT GS07F9409G
AMT $125,000.00
DTD 101296
TO Sport specific of America, Inc. 2707 satsuma Dallas, TX 75229
CITE: (I-354 SN014028)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND
  SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Margaret Evans 817 978-8646
CNT GS07F9411G
AMT $125,000.00
DTD 121096
TO Sico North America, Inc. 7525 cahill Rd. Minneapolis, MN 
  55439
CITE: (I-354 SN014029)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND
  SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Margaret Evans 817 978-8646
CNT GS07F9407G
AMT $125,000.00
DTD 120996
TO Step 2 educational sales Co. 10010 aurora-hudson Rd.  streetsboro,
  OH 44241-0412
CITE: (I-354 SN014030)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND
  SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Kellie Stoker 817 978-8655
CNT GS07F9397G
AMT $125,000.00
DTD 120996
TO Elves and Angel N.W. 552 Hastings Ave. port townsend, WA 98368
CITE: (I-354 SN014031)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND
  SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Kellie Stoker 817 978-8655
CNT GS07F9396G
AMT $125,000.00
DTD 120996
TO David & goliath suplrs & dstbrs. P.O. Box 2140 New York, NY
   10008
CITE: (I-354 SN014032)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration -PROC.DIV.(10FTP) 400
  15TH Street  SW. room 1408 Auburn, WA 98001-6599
SUBJECT: 80--8010 - POLYURETHANE COATING
SOL TFTP-97-XT-1342-N
POC Yvonne J. Salas (206-931-7082
CNT TF40669
AMT $50,000.00
DTD 121996
TO Asc-dallas Courtaulds Aerospace Grand Prairie, TX 75050
CITE: (I-354 SN014033)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--WEBBING
POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942
CNT 1PI-C-2892-97
AMT $7,932
LINE 0002 - 0003
DTD 121296
TO JJ Contracting Services, 2746 Heritage Lane, Morrow, GA 38268
CITE: (I-355 SN014283)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--WEBBING
POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942
CNT 1PI-C-2893-97
AMT $1,806
LINE 0001 and 0004
DTD 121796
TO SUMMIT FEET, INC., 1306 N.W. HOYT STREET, SUITE 405, PORTLAND,
  OR 97209
CITE: (I-355 SN014284)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 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--BRASSARD, SECURITY POLICE, USAF
CNT SP0100-97-M-EA89
AMT $32,858.00
LINE 0001AA
DTD 121996
TO Traditions workshop Inc 106 N River Dr E Jupiter FL 33458
CITE: (I-355 SN014104)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--PLATE METAL
SOL SP0500-97-Q-3917
CNT SP0500-97-M-S301
AMT $80,054.00
LINE 0001
DTD 121996
TO Interstate Steel Supply Co 1800 E Byberry Rd Philadelphia
  PA  19116
CITE: (I-355 SN014106)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U.S. Fish & Wildlife Service, Contracting and General
  Services, P.O Box 1306, Albuquerque, NM 87103-1306
SUBJECT: 99--SUPPLY GRAVEL
POC Dolores Bello, Contract Specialist, 505-248-6794, ext. 16.
CNT 1448-20181-97-C004
AMT $44,875.00
LINE ITEMS 001 AND 002
DTD 121196
TO C. W. & A., Inc.; P. O. Box 2058; Victoria, TX 77902; 512-573-3236
CITE: (I-355 SN014215)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 24, 1996]

PART: SPECIAL NOTICES
SUBJECT: AFFORDABLE MULTI-MISSILE MANUFACTURING PROGRAM
DESC: AFFORDABLE MULTI-MISSILE MANUFACTURING PROGRAM -- The Defense
  Advanced Research Projects Agency, in cooperation with the
  Army, Navy and Air Force, intends to solicit proposals for
  Phase 3 of the Affordable Multi-Missile Manufacturing Program,
  an advanced technology demonstration program initiated in FY
  95. The purpose of the program is to demonstrate advanced missile
  design and manufacturing enterprise concepts that can substantially
  reduce the cost and cycle times associated with the development
  and production of the DoD portfolio of tactical missiles and
  smart munitions. Phase 3 is the Implementation and Demonstration
  Phase of the program during which successful offerors will
  implement and integrate innovative design and manufacturing
  system concepts together with new management and business practices
  to form pilot missile enterprises. Successful offerors will
  conduct demonstrations of capabilities through implementation
  and demonstration of the pilot enterprises in real missile
  programs. It is not required that offerors for the Implementation
  and Demonstration Phase (Phase 3) be participants in the Concept
  Definition and Concept Validation Phases (Phases 1 and 2) of
  the program. However, during the evaluation of proposals for
  Phase 3, substantially more weight will be given to proposed
  enterprise concepts that have been validated by demonstration,
  simulation etc. during Phase 2 of the Program, or that have
  otherwise been shown in some comparable manner to have significant
  potential for attaining the program objectives. A draft solicitation
  for the Implementation and Demonstration Phase is available
  for industry review and comment on the World Wide Web at the
  Home Page for the Affordable Multi-Missile Manufacturing Program
  (http://www.sainc.com/arpa/am3/index.htm). Potential offerors
  who want to receive a hard copy of the draft solicitation by
  mail must submit their requests by FAX to DARPA at (703) 696-3999,
  Attention: Affordable Multi-Missile Manufacturing Program.
  Industry comments are due at DARPA on or before 4:00 PM on
  January 31, 1997. Comments should be delivered to Defense Advanced
  Research Projects Agency, Defense Sciences Office, Attn: Keith
  Miller, 3701 North Fairfax Drive, Arlington, VA 22203-1714.
CITE: (I-354 SN013987)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: SPECIAL NOTICES
SUBJECT: SUPERFUND CONTRACTING 2000-LONG TERM CONTRACTING STRATEGY
DESC: The Office of Solid Waste and Emergency Response (OSWER)
  and the Office of Acquisition Management (OAM) are pleased
  to invite you to the Superfund (SF) Contracting 2000 Symposium
  Wednesday, February 5, 1997 from 9:00 a.m to 3:00 p.m at the
  EPA Auditorium, 401 M. Street, S.W., Washington, DC to discuss
  the Superfund LTCS.  The symposium will provide an opportunity
  for federal, state, and local governmental agencies, the federal
  contracting community, and other stakeholders to provide input
  into the design of the Agency's SF LTCS for the Year 2000
  and beyond.  The registration form is available on the EPA/OAM
  Home page or you may contact Anne D. Hudson (202) 260-9974
  for a copy.  There will be a limit of two (2) representatives
  per organizational entity.  Your registration form and your
   ideas/suggestions/recommendations should be submitted to Anne
  D. Hudson, OAM Superfund/RCRA Procurement Operations Division
  by January 15, 1997:  U.S. Postal Service, Anne D. Hudson,
  Mail Code 3805F, USEPA Waterside Mall WSM, 401 M. Street S.W.,
   Washington, DC 20460; Courier Service, Anne D. Hudson, Mail
  Code 3805F, USEPA Fairchild Building, 499 S. Capitol Street,
  S.W., Washington , DC 20024; E-mail Hudson.Anne@epamail.epa.gov.
   Among any other ideas or thoughts you wish to offer, we would
   appreciate your views on the following:  Streamlining and
  Innovative Ideas; Performance Based Contracting; What is working
  well with current contract structure; What could be improved
  to make the contracting structure work better; Good experiences
  with other Federal Agencies USEPA could learn from; Award
  Fee vs. Fixed Fee; Pros and Cons to EPA's decentralized LTCS
   contracts!! 
EMAILADD: hudson.anne@epamail.epa.gov
EMAILDESC: 
CITE: (W-355 SN014200)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: SPECIAL NOTICES
SUBJECT: INDUSTRY BRIEF - MULTIFUNCTIONAL INFORMATION DISTRIBUTION
  SYSTEM, LOW VOLUME TERMINAL (MIDS-LVT) (ALSO SEE CBD ANNOUNCEMENT#
  45 PUBLISHED 01 MAY 1996)
DESC: The Program Executive Officer for Space, Communications
  and Sensors (PEO-SCS)is sponsoring an industry briefing, in
  San Diego, CA, on 22 January 1997. This industry briefing will
  provide pre-solicitation information about the pre-production
  readiness contracts and production of the Multifunctional Information
  Distribution System - Low Volume Terminals (MIDS-LVT). Attendance
  by contractors is restricted to companies within the territories
  of the MIDS-LVT development program participants (France, Germany,
  Italy, Spain and US). The briefing will amplify the MIDS-LVT
  production plans announced in CBD synopsis #45 published 01
  May 1996. The MIDS-LVT program is an on-going international
  (U.S., France, Germany, Italy, Spain) cooperative program established
  to develop tactical information system terminals that are smaller,
  lighter, fully compatible with, and as capable as Joint Tactical
  Information Distribution System (JTIDS) Class 2 terminals.
  The MIDS-LVT is an advanced data link system that provides
  information distribution, precise position location, and identification
  capabilities for military applications. MIDS-LVT provides these
  capabilities through the use of a time division multiple access
  architecture, spread spectrum waveform, and embedded cryptographic
  features. The MIDS-LVT will be interoperable with the JTIDS
  Class 2 waveform and compliant with the TADIL-J message standard.
  The reduced size, cost, and improved reliability of MIDS-LVT
  will make it advantageous for use in numerous air, maritime,
  and ground applications in all U.S. services. Initial U.S.
  production requirements are estimated to be approximately 1000
  to 2000 units through FY 2003. Additional quantities are anticipated
  and will be further discussed at the brief. The focus of the
  briefing will be to outline the planned production readiness
  activities, for 1997 and 1998, leading to production in 1999.
  The approach plans to assist and foster increased industrial
  participation in LINK 16 and MIDS to provide a strong competitive
  base for technology evolution. The briefing will also provide
  information on the overall MIDS-LVT acquisition strategy including
  acquisition reform initiatives that will be incorporated within
  the strategy. After the briefing, industry will be solicited
  to participate in one-on-one dialog for the purpose of discussing
  the MIDS-LVT strategy, or other related issues. Updated information
  relative to the briefing, the briefing location, the production
  library, and other related information, can be downloaded electronically
  from the SPAWAR Bulletin Board Website, http://bbs.spawar.navy.mil,
  as it becomes available. There is no access fee or pre-established
  password. Questions concerning the software configuration of
  the bulletin board may be directed to the Webmaster located
  on this webpage, Mr. Martin D. Gurganus, SPAWAR 10-16B, Voice:
  703-602-1842, or E-Mail: gurganus@spawar.navy.mil or gurganus@nosc.mil.
  Eligible persons desiring to attend this briefing shall send
  a written request to Mr. Charles Nurse at: SPAWAR 02-21N, Space
  and Naval Warfare Systems Command, 2451 Crystal Drive, Crystal
  Park Five, Room 200, Arlington, VA 22245-5200 (Tel (703) 602-0839).
  Your request shall identify the persons who will be attending
  the industry brief, your company address and state whether
  or not your company meets the requirement of being within the
  territories of the MIDS-LVT development program participants
  (France, Germany, Italy, Spain and US). It is recommended that
  companies attending bring representatives from engineering,
  logistics and procurement disciplines. The number of attendees
  from each company will be limited to 5 representatives. Facsimile
  request for attendance will be accepted at (703) 602-7367.
  Alternate points of contact are Ms. Diane Thornewell at (703)
  602-7906 or Mr. Don Trayer at (703) 602-6081.
CITE: (I-355 SN014236)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 24, 1996]

PART: SPECIAL NOTICES
SUBJECT: J--SURVIVABILITY AND DAMAGE CONTROL EQUIPMENT
DESC: SHIPBOARD HUMAN SUPPORT SYSTEMS TECHNOLOGY  The Naval Sea
  Systems s Command (NAVSEA) Affordability Through Commonality
  (ATC) Project Hull Support Group is investigating new concepts
  for shipboard hull support systems that will result in ship
  life cycle cost savings.  Savings may be incurred through modularity,
  equipment and interface standardization/commonality on a fleet
  wide basis, commercialization, improved/efficient assembly
  of equipment/systems, and replaceable components/subassemblies
  to ease maintenance. In particular, the DAMAGE CONTROL (DC)
  area desires to identify technologies that can reduce condition
  one DC manning requirements to less than 50% of today's manning
  requirements.  Specifically, The Navy is seeking innovative
  equipment that will result in reduced cost and improved capabilities
  in the four areas listed below: Operational Requirement for
  Emergency Lighting The U.S. Navy requires rugged, portable
  sources of emergency lighting.  This temporary system will
  be stowed in Damage Control Lockers and used as needed to illuminate
  damaged sections of a ship undergoing emergency repair. 115
  Volt / 15 amp electrical outlets will be available to power
  the lighting system.  The lighting system will be required
  to illuminate 120' of passageway and an 8' high 400 ft2 compartment,
  in such a manner that repair parties can safely conduct damage
  control operations. All components of the lighting system must
  be non-toxic. Operational Requirement for Emergency Communications:
  The U.S. Navy requires rugged, small, lightweight, inexpensive
  communication receivers and transmitter/receivers.  The purpose
  of the devices will be to enhance the communications between
  Damage Control On Scene leaders and members of their damage
  control repair party.  It is required that the On Scene leader
  will have the receiver/transmitter and that each member of
  their damage control repair party will have a receiver. The
  receiver should be small enough to be worn while wearing a
  standard Navy Firefighting helmet.  The Navy will also consider
  the use of a receiver / `acknowledge tone transmitter' to be
  used by members of the repair party.  The device would have
  the added benefit of providing the On Scene Leader with an
  acknowledgment that a member of his party received his transmission.
   This receiver / `acknowledge tone transmitter' is subject
  to the same requirements of size, weight, and robustness. Operational
  Requirement for Pipe Repair and Hull Repair: The U.S. Navy
  requires rugged, fast acting, easily applied methods of repairing
  pipe and hull damage. Proposed pipe repair products should
  be capable of repairing ruptured pipes from 1" through 12"
  in diameter. Proposed hull repair products should be capable
  of repairing a 24" x 24" hole, at depths of up to 32' of water.
   For both pipe and hull repair products great emphasis will
  be placed on the ability of the product to be applied with
  a minimum of personnel, and in a short amount of time. Operational
  Requirement for Shoring Operations: The U.S. Navy requires
  products that will improve the efficiency of shoring operations
  to support weakened structural bulkheads. Currently the Navy
  uses both wood shoring and adjustable steel shoring.  Proposed
  products should offer improvements in the area of lighter weight,
  more adjustability, and quicker set up times. Proposed products
  should be able to support up to 12,000 lbs in direct compression.
  Parties interested in submitting information should do so by
  31 January 1997 to:  John J. McMullen and Associates, Century
  Building Suite 715, 2341 Jefferson Davis Highway, Arlington,
  VA 22202, ATTN:  Mr. Bob Humphrey.  Phone: (703) 418-1669 (V),
  (703)-418-4269 (F).  Email: BHumphrey@JJMA.COM Typical information
  might include drawings, equipment, lists, specifications, or
  brochures.  Respondents should indicate whether or not they
  would consider attending a future industry brief. This announcement
  is a request for information only and is not a request for
  proposal (RFP) or announcement of solicitation. Response to
  this announcement is on a voluntary basis; the Navy neither
  intends to award a contract on the basis of this request nor
  to otherwise pay for information provided.
CITE: (I-355 SN014255)