[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: A--MODIFICATION TO SOL:CC0004 ENVIRONMENTAL RISK ASSESSMENT FOR THREE SELECTIVE INDUSTRIES SOL CC0004 DUE 012797 POC Melissa Revely-Brown, 202-260-1225 DESC: Statement of Work The U.S. Environmental Protection Agency is issuing a request for proposal for services to which the Government intends to award a firm fixed price contract using the Simplified Acquisition Procedures of FAR Part 13. The EPA is FACNET certified. Any contractor/vendor able to meet requirement must demonstrate in writing by closing date. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Interested person may identify their interest and capability to respond to the requirement or submit proposals. This notice is intended for competitive proposals. All proposals received within 15 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 requirement at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional technical information can be obtained or you may E-mail the project officer at harrigan.patricia@epamail.epa.gov and also cc: revely-brown.melissa@epamail.epa.gov. This proposal is being modified to extend the due date an additional 15 days. The new closing date is January 27, 1997, 3:30 pm EST. Please submit all proposals to: Handcarry to: US EPA; 401 M Street, SW US EPA Mail Code 3803F 499 South Capitol Street, SW Washington, DC 20460 Fairchild Building - 3rd Floor Attn: Melissa Revely-Brown Washington, DC Attn: Melissa Revely-Brown Environmental Risk Assessments for Three Selected Industries Background: EPA's Office of Science and Technology regulates the discharge of Toxic Pollutants (e.g. heavy metals, organics) by establishing effluent guidelines. These guidelines are developed using Best Available Technology (BAT) and include (1) an assessment of treatment technologies; (2) an assessment of the economics to install and operate the technology; and (3) an assessment of the environmental improvement anticipated after the implementation of the guidelines. Increased attention and emphasis is being given to the environmental impact of BAT guidelines. This impact includes the potential reduction in pollutant loadings. However, it also looks at the more specific changes in water quality that may occur along selected stream reaches, including chemical and biological changes. EPA is responsible for understanding these anticipated changes in water and the effects of water quality on stream ecology that may result from the implementation of BAT guidelines. An evaluation of the potential changes and the resulting benefits is performed on an industry-wide basis. The technical depth of each such evaluation (benefits analysis) will vary according to a number of factors. These factors include the availability and quality of data, specific industrial characteristics such as size and locations, the regulatory strategy, and the estimated cost to implement the regulations. These evaluations are compiled in an environmental risk assessment. Services Required: Environmental risk assessments shall be completed for the following three industries: (1) landfills, (2) incinerators, and (3) transportation equipment cleaning. Each of these environmental risk assessments shall include the following five elements: (1) documented environmental problems; (2) an industry profile that identifies facility locations, receiving streams and POTWs, that quantifies pollutant releases to the environment, and that includes industrial risk-based rankings; (3) a categorized list of released pollutants based on physical-chemical/fate properties and toxicity, and toxic weighting factors for both water and air exposures; (4) projected potential aquatic life and human impacts using localized, simplified stream dilution modeling and reach-specific data such as ambient levels and other pollutant sources including air emissions, sludge disposal modeling, and other modeling as appropriate; and (5) a benefits and risk analysis of the regulation by assessing fate, exposure, human health concerns, and ecological concerns. Landfills: Drafts of the five elements described above have been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand elements as directed in these comments. Incinerators: Drafts of the industry profile (element 2) and the categorization of the released pollutants (element 3) have been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand them as directed by these comments. The contractor shall draft the remaining elements listed above (elements 1, 4, and 5) using any provided by the Project Officer upon award of this contract. Transportation Equipment Cleaning: A draft of the categorization of the released pollutants (element 3) has been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand it as directed by these comments. The contractor shall draft the remaining elements listed above (elements 1, 2, 4, and 5) using guidance provided by the Project Officer upon award of this contract. Sources of information include but are not limited to: 308-Questionnaire data EPA studies and reports EPA development documents and background decision documents National Water Quality Inventory U.S. Census File National Study of Fishing, Hunting, and Wildlife Associated Recreation (USFW) Computer software programs, models, and databases to facilitate this work include: STORET Water Quality File Industrial Facilities Discharge File (IFD) GAGE File DFLOW program Toxics Data Base (TDB) Drinking Water Supply Files DIALOG and EPA's National On-Line Library System Aerometric Information Retrieval System (AIRS) Toxic Release Inventory (TRI) Permit Compliance System (PCS) REACHSCAN Stream Dilution Water Quality Model POTW/Sludge Model OST-HECD Sludge Exposure Models MMSOILS Model TRIAIR and TRIWATER models in the Graphical Exposure Modeling System (GEMS) Deliverables: The preliminary summary tables for the Landfills industry are due to the Project Officer by February 7, 1997. The preliminary assessment along with the final summary tables are due to the Project Officer by March 31, 1997. The final draft assessment is due to the Project Officer by September 1, 1997. A copy of each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The preliminary summary tables for the Incinerators industry are due to the Project Officer by February 14, 1997. The preliminary assessment and the final summary tables are due to the Project Officer by April 7, 1997. The final draft assessment is due to the Project Officer by September 8, 1997. A copy of the each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The preliminary summary tables for the Transportation Equipment Cleaning industry are due to the Project Officer by February 21, 1997. The preliminary assessment and the final summary tables are due to the Project Officer by April 14, 1997. The final draft assessment is due to the Project Officer by September 15, 1997. A copy of each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The contractor shall maintain a file of all documentation, including raw data, calculations, assumptions, telephone contacts, and sources of information used. Confidential data shall be maintained in accordance with Office of Water CBI provisions. Contractor shall return all files to the Project Officer on completion of contract. Period of Performance: Through September 30, 1997 LINKURL: http://www.epa.gov/oamhpod1/ LINKDESC: EMAILADD: harrigan.patricia@epamail.epa.gov revely-brown.melissa@epamail.epa.gov EMAILDESC: OFFICER CITE: (W-359 SN015152) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: A--MODIFICATION TO SOL:CC0004 ENVIRONMENTAL RISK ASSESSMENT FOR THREE SELECTIVE INDUSTRIES SOL CC0004 DUE 012797 POC Melissa Revely-Brown, 202-260-1225 DESC: Statement of Work The U.S. Environmental Protection Agency is issuing a request for proposal for services to which the Government intends to award a firm fixed price contract using the Simplified Acquisition Procedures of FAR Part 13. The EPA is FACNET certified. Any contractor/vendor able to meet requirement must demonstrate in writing by closing date. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Interested person may identify their interest and capability to respond to the requirement or submit proposals. This notice is intended for competitive proposals. All proposals received within 15 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 requirement at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional technical information can be obtained or you may E-mail the project officer at harrigan.patricia@epamail.epa.gov and also cc: revely-brown.melissa@epamail.epa.gov. This proposal is being modified to extend the due date an additional 15 days. The new closing date is January 27, 1997, 3:30 pm EST. Please submit all proposals to: Handcarry to: US EPA; 401 M Street, SW US EPA Mail Code 3803F 499 South Capitol Street, SW Washington, DC 20460 Fairchild Building - 3rd Floor Attn: Melissa Revely-Brown Washington, DC Attn: Melissa Revely-Brown Environmental Risk Assessments for Three Selected Industries Background: EPA's Office of Science and Technology regulates the discharge of Toxic Pollutants (e.g. heavy metals, organics) by establishing effluent guidelines. These guidelines are developed using Best Available Technology (BAT) and include (1) an assessment of treatment technologies; (2) an assessment of the economics to install and operate the technology; and (3) an assessment of the environmental improvement anticipated after the implementation of the guidelines. Increased attention and emphasis is being given to the environmental impact of BAT guidelines. This impact includes the potential reduction in pollutant loadings. However, it also looks at the more specific changes in water quality that may occur along selected stream reaches, including chemical and biological changes. EPA is responsible for understanding these anticipated changes in water and the effects of water quality on stream ecology that may result from the implementation of BAT guidelines. An evaluation of the potential changes and the resulting benefits is performed on an industry-wide basis. The technical depth of each such evaluation (benefits analysis) will vary according to a number of factors. These factors include the availability and quality of data, specific industrial characteristics such as size and locations, the regulatory strategy, and the estimated cost to implement the regulations. These evaluations are compiled in an environmental risk assessment. Services Required: Environmental risk assessments shall be completed for the following three industries: (1) landfills, (2) incinerators, and (3) transportation equipment cleaning. Each of these environmental risk assessments shall include the following five elements: (1) documented environmental problems; (2) an industry profile that identifies facility locations, receiving streams and POTWs, that quantifies pollutant releases to the environment, and that includes industrial risk-based rankings; (3) a categorized list of released pollutants based on physical-chemical/fate properties and toxicity, and toxic weighting factors for both water and air exposures; (4) projected potential aquatic life and human impacts using localized, simplified stream dilution modeling and reach-specific data such as ambient levels and other pollutant sources including air emissions, sludge disposal modeling, and other modeling as appropriate; and (5) a benefits and risk analysis of the regulation by assessing fate, exposure, human health concerns, and ecological concerns. Landfills: Drafts of the five elements described above have been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand elements as directed in these comments. Incinerators: Drafts of the industry profile (element 2) and the categorization of the released pollutants (element 3) have been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand them as directed by these comments. The contractor shall draft the remaining elements listed above (elements 1, 4, and 5) using any provided by the Project Officer upon award of this contract. Transportation Equipment Cleaning: A draft of the categorization of the released pollutants (element 3) has been completed for this industry. The contractor shall incorporate any comments provided by the Project Officer upon award of this contract, and shall update or expand it as directed by these comments. The contractor shall draft the remaining elements listed above (elements 1, 2, 4, and 5) using guidance provided by the Project Officer upon award of this contract. Sources of information include but are not limited to: 308-Questionnaire data EPA studies and reports EPA development documents and background decision documents National Water Quality Inventory U.S. Census File National Study of Fishing, Hunting, and Wildlife Associated Recreation (USFW) Computer software programs, models, and databases to facilitate this work include: STORET Water Quality File Industrial Facilities Discharge File (IFD) GAGE File DFLOW program Toxics Data Base (TDB) Drinking Water Supply Files DIALOG and EPA's National On-Line Library System Aerometric Information Retrieval System (AIRS) Toxic Release Inventory (TRI) Permit Compliance System (PCS) REACHSCAN Stream Dilution Water Quality Model POTW/Sludge Model OST-HECD Sludge Exposure Models MMSOILS Model TRIAIR and TRIWATER models in the Graphical Exposure Modeling System (GEMS) Deliverables: The preliminary summary tables for the Landfills industry are due to the Project Officer by February 7, 1997. The preliminary assessment along with the final summary tables are due to the Project Officer by March 31, 1997. The final draft assessment is due to the Project Officer by September 1, 1997. A copy of each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The preliminary summary tables for the Incinerators industry are due to the Project Officer by February 14, 1997. The preliminary assessment and the final summary tables are due to the Project Officer by April 7, 1997. The final draft assessment is due to the Project Officer by September 8, 1997. A copy of the each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The preliminary summary tables for the Transportation Equipment Cleaning industry are due to the Project Officer by February 21, 1997. The preliminary assessment and the final summary tables are due to the Project Officer by April 14, 1997. The final draft assessment is due to the Project Officer by September 15, 1997. A copy of each of these deliverables shall also be provided in electronic (3.5 inch floppy disk) format at the time they are due. The contractor shall maintain a file of all documentation, including raw data, calculations, assumptions, telephone contacts, and sources of information used. Confidential data shall be maintained in accordance with Office of Water CBI provisions. Contractor shall return all files to the Project Officer on completion of contract. Period of Performance: Through September 30, 1997 LINKURL: http://www.epa.gov/oamhpod1/ LINKDESC: EMAILADD: harrigan.patricia@epamail.epa.gov revely-brown.melissa@epamail.epa.gov EMAILDESC: OFFICER CITE: (W-359 SN015153) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Imagery & Mapping Agency, PCS/D-88, 4600 Sangamore Rd. Bethesda, MD 20816-5003 SUBJECT: A--UNIVERSITY RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT SOL N/A DUE 011397 POC Brian Wolfe, Contracting Officer 301-227-2295, FAX 301-227-2218/5573 DESC: I. INTRODUCTION. The National Imagery and Mapping Agency announces a Fiscal Year 1997 competition for the University Research Initiative (URI). The URI is a National Imagery and Mapping Agency (NIMA) initiative to enhance universities' capabilities to perform research and related education in science and engineering areas critical to national defense. The NURI supports research teams whose efforts intersect more than one traditional science and engineering discipline. Multidisciplinary team effort can accelerate research progress in areas particularly suited to this approach and also can help to hasten the transition of research findings to practical application. By supporting team efforts, NURI complements other DoD programs that support university research principally through single-investigator awards. II. GENERAL INFORMATION. Through this NURI competition, the National Imagery and Mapping Agency expects to make awards in seven specific research topics, subject to the availability of appropriations. All awards will be based on merit competition. The agency expects that typically each award will be: for a basic period of three years (funded incrementally or as options) with two additional years possible as options to bring the total award to a possible five-year award, subject to the availability of appropriations; and on average, about $150-$200 thousand per year, with the size of each award dependent upon the topic. Given these award sizes, NURI can provide more funding for critical research infrastructure elements than traditional, single-investigator awards (that typically total about $100,000 per year). Therefore, to support the proposed research, a NURI proposal may request proportionately more funding than a single-investigator proposal for training graduate students and for acquiring or refurbishing equipment needed to conduct the proposed research. III. AREAS OF INTEREST--GENERAL. Seven research topics are identified in Section VIII. These descriptions are intended to provide proposers with a frame of reference for these seven NIMA research topics. Innovative ideas that address these concerns are encouraged. Proposers are urged to consider carefully the research issues posed, and, as appropriate, to contact the research topic chiefs to discuss potential efforts of mutual concern. Inquiries are welcome. Note, however, proposals must be directed only to the single address shown in Section V below. IV. CONDITIONS-- GENERAL. This NURI competition is specifically for the seven research topics identified in Section VIII. Full details of the requirements for each these topics, including identified appendices, can be found on NIMA's website at http://164.214.2.57/nima/. Potential proposers are advised to read this announcement carefully. It explains the agencies' research needs upon which the seven topics are based and the terms and conditions of this NURI competition. Proposals may be submitted only by U. S. institutions of higher education, other than federal government, with degree-granting programs in science and/or engineering, or by consortia led by such institutions ("universities"). Organizations ineligible to submit NURI proposals can still participate in NURI research, as discussed below. Proposals from consortia of universities may be warranted, because research in the seven multidisciplinary topics may require forming teams with strengths in multiple science and engineering fields. Consortia proposals must name one principal investigator as the responsible technical point-of-contact. Similarly, one institution will be the primary awardee for purposes of award execution. The relationship among the institutions and their respective roles, as well as the apportionment (i.e., sub-award) of funds among institutions, must be described in both the proposal text and budget. Proposals are encouraged from Historically Black Colleges and Universities (as determined by the Secretary of Education to meet requirements of 34 CFR Section 608.2) and from Minority Institutions (as defined by 10 U.S.C. 2323(a)(1)(c)), either individually or as members of proposing consortia. The NIMA expects that NURI programs will promote application of defense research, primarily for defense purposes but also for commercial purposes. Therefore, a factor for evaluating proposals in this competition is the quality of the proposer's planned interactions with research and development organizations that transition research findings to application, particularly industrial organizations, DoD laboratories, and other organizations that perform research and development for defense applications. Examples of interactions that can be proposed are collaboration in the performance of the proposed research, exchange of scientific and engineering personnel, and exchanges of technical information. To facilitate such interactions, sub-awards of NURI funds to industrial organizations are permitted. However, consistent with the principal goals of the University Research Initiative, it is anticipated that award funds will remain vested substantially with the university(ies). Cost sharing by industrial participants is encouraged as a preferred means to achieve university-industry interactions. When a modest amount of additional funding for a DoD laboratory/ organization or a Federally Funded Research and Development Center is necessary to make the proposed interactions possible, such funds may be requested via a separate proposal from that organization. This supplemental proposal should be attached to the primary NURI proposal; it is not subject to or part of the 50-page limit of the primary proposal; and if approved it would be funded by additional agency (non-URI) funds beyond the URI funds available for this competition. Non-academic not-for-profit organizations and non-DoD federal organizations may participate in the academic institution's proposed effort. However, they may not receive funds awarded through this FY97 NURI competition. Each proposed interaction will be evaluated in the context of the entire proposal. The evaluation will be based on the likelihood that the proposed interaction(s) will positively impact research outcomes and transition to application. V. REQUIREMENTS FOR WHITE PAPERS AND PROPOSALS. The proposal submission process is in two stages. First, white papers are sought from prospective proposers. Based on the evaluation of those white papers, selected proposers will be invited to submit more detailed proposals. The intent of a request for white papers is to minimize the labor and costs associated with the production of detailed proposals. All interested proposers, therefore, are encouraged to submit white papers. However, all proposals submitted under the terms and conditions cited herein will be reviewed, regardless of the disposition (or lack of) white papers. 1. White papers. White papers should be no longer than five typed pages and should outline: (a) proposed objectives and approach; (b) expected outcomes; (c) credentials of key project members; (d) costs, in summary and broken down by year. Ten copies of white papers should be submitted. White papers must be received by the appropriate agencies at the addresses shown for each topic in Section VIII by 4:00 p.m. local time on Monday, 13 January 1997. White papers submitted in whole or in part by electronic media (e.g., computer disk or tape, facsimile machine, electronic mail) will not be accepted. White papers will be evaluated against criteria 1, 2, 3, and 8 in Section VI. Letters to encourage or discourage submission of proposals will be sent directly to the proposed Principal Investigators by about Wednesday, 29 January 1997. Further, NIMA responses may be transmitted via facsimile to expedite communications, so white paper respondents should be sure to include 'fax' numbers in the packages. 2. Proposals. a. General. Institutionally approved, signed, completed proposals must be received by the agency at the address shown below by 4:00 p.m. EST on Tuesday, 18 February 1997. Proposals submitted in whole or in part by electronic media (e.g., computer disk or type, facsimile machine, electronic mail) will not be accepted. Proposals received after the deadline will be treated according to Federal Acquisition Regulation part 52.215-10, Sections (a)(1) through (a)(5) (see Appendix A). Proposals will be evaluated against criteria (1) through (8) in Section VI. Acknowledgment of receipt of a NURI proposal will be done via the tear-out receipt at Appendix B; receipts will be mailed by about 21 February 1997. Letters announcing whether or not a proposal is being recommended for an award will be mailed by about 1 April 1997 directly to the Principal Investigator, with a copy to the university business office. Awards are planned to be in place by about 15 May 1997; this should be cited as the proposed start date for the budget. b. Submission. A proposal signed by appropriate university officials and marked "Original", along with 10 copies of the signed original, should be submitted directly to the address listed below. To be eligible for consideration, all copies of the proposal should bear Appendix C as a cover page. Further, to assure prompt acknowledgment of receipt, please detach the receipt in Appendix B, address it to the Principal Investigator or other university official, affix proper postage, and clip to the original proposal (please don't tape or staple the receipt). The cover page and blank receipt may be reproduced to accommodate multiple FY97 NURI submissions from the same institution. Each proposal should be typed and no longer than 50 pages, all-inclusive (including, for example, vitae, cover and signature pages, and budget). The technical portion (see Section C.3) should be limited to no more than 30 of the 50 pages. Proposals shorter than 50 pages are heartily encouraged. Separate attachments, such as institutional brochures or reprints, that cause the proposal to exceed 50 pages can render the entire proposal ineligible. Address for submission of proposals: NATIONAL IMAGERY AND MAPPING AGENCY, FY97 NURI/PCE (D-88), ATTN: Brian Wolfe, 4600 Sangamore Road, Bethesda, MD 20816 c. Content. The proposal must be signed, complete, and self-contained to qualify for review. The National Imagery and Mapping Agency is concerned with research in critical areas of science and engineering, with science and engineering education, and with the availability of equipment required to meet its research objectives. For this reason, proposals must adequately describe the technical objectives and approaches, support of students, and expenditures for equipment, all of which will be evaluated by scientific reviewers per Section VI. Proposals should include: l. Cover page: To be eligible for review, proposals should have Appendix C as a cover page, to be included on the original proposal and each of the 10 copies. 2. Abstract: Provide an abstract no longer than one page. 3. Text: The technical portion of the proposal should be limited to 30 pages and should: a. Describe in detail the research to be undertaken. State the objectives and approach and the relationship to state-of-knowledge in the field and to similar work in progress. Include appropriate literature citations. Discuss the nature of expected results. b. Describe the facilities available for accomplishment of research objectives. Describe the equipment planned for acquisition under this program and its application to objectives. (When possible, equipment should be purchased very early in the research award period.) c. Describe plans for the research training of students in science and/or engineering. d. Describe in detail proposed sub-awards or relevant collaborations (planned or in place) with industry, government organizations, or other appropriate institutions. Particularly describe how collaborations are expected to facilitate the transition of research results to application. If sub-awards are proposed, make clear the division of research activities and provide detailed budgets for the proposed sub-awards. Descriptions of industrial collaborations should explain how the proposed research will impact the industrial partner's research and/or product development activities. e. Identify other parties to whom the proposal has been/will be sent. 4. Personnel: Describe the qualifications of the principal investigator and other key researchers involved in the project. Include curriculum vitae. For consortia or collaborations, one individual should be the designated principal investigator for purposes of technical responsibility and contact. 5. Cost: The financial portion of the proposal, beginning on a new page, should contain cost estimates sufficiently detailed for meaningful evaluation, including cost details for proposed sub-awards. For budget purposes, use an award start date of 15 May 1997. The budget must include the total cost of the project, as well as a breakdown of the amount(s) by source(s) of funding (e.g., funds requested from NIMA, non-federal funds to be provided as cost sharing). The costs should be broken down for each year of the program and shown by two distinct totals: a total for the basic three years and a total for the two years of options. Elements should include: a. Time being charged to the project, for whom (principal investigator, graduate students, etc.), and the commensurate salaries and benefits. Allowable charges for graduate students include salary, appropriate research costs, and tuition. Allowable charges for undergraduate students include salary and research training costs, but not tuition. b. Overhead rates; c. Estimate of material and operating costs; d. Costs of equipment, based on most recent quotations and broken down in sufficient detail for evaluation (equipment costs should be budgeted primarily during the first year); e. Travel costs and time, and the relevance to stated objectives; f. Publication and report costs; g. Sub-award costs and type (the portion of work to be sub-awarded and rationale); note that the sub-award of funds among all university and industry performers responding as one consortium must be described carefully in both the text and the cost section. Also, while collaborations with industry are very strongly encouraged, award funds are expected to be vested substantially with the academic institution(s); h. Consultant fees (indicating daily or hourly rate) and travel expenses and the nature and relevance of such costs; i. Communications costs not included in overhead; j. Other direct costs; k. Year-by-year costs and a total for the initial three years and a total for two years of options. 6. Certifications: Proposals should have Appendix D, "Certifications," clipped to the original proposal or to the forwarding letter. The Certifications do not count against the 50-page limit, nor are multiple copies required. VI. EVALUATION CRITERIA AND SELECTION PROCESS. Criteria (1), (2), (3) and (8) will be used to evaluate white papers. All eight criteria will be used to evaluate final proposals. The primary evaluation criteria, of equal weight, are: (1) Scientific and technical merits of the proposed research; and(2) Relevance and potential contributions of the research to defense missions; Other evaluation criteria, of lesser importance than (l) and (2) but equal to each other, are: (3) The qualifications of the principal investigator and other key research personnel; (4) The adequacy of current or planned facilities and equipment to accomplish the research objectives; (5) The potential for strengthening the institution's infrastructure, for example, by acquiring or refurbishing equipment key to meeting NIMA research objectives; (6) The impact of plans to train students in science and/or engineering; (7) The impact of interactions with other organizations engaged in related research and development, in particular industrial organizations, DoD laboratories and other organizations that perform research and development for defense applications; and (8) The realism and reasonableness of cost, including proposed cost sharing.Process. Proposals will undergo a multi-stage review. First, technical evaluation teams will review proposals using the criteria in this Section and as explained in Section V. Findings of the evaluation teams will be reviewed by senior NIMA managers. VII. AWARDS. Awards will be made at funding levels commensurate with the research and in response to agency missions, but on average about $150-$200 thousand per year. Further, awards generally will be made for three years (through increments or options) with options for two additional years. Negotiations may result in funding levels less than originally proposed. Letters announcing whether or not a proposal is being recommended for an award will be mailed directly to principal investigators by about 1 April 1997. Awards are expected to be in place by 15 May 1997. VIII. SPECIFIC RESEARCH TOPICS FOR FY97 NURI. The following seven topics represent NIMA research topics particularly suited for NURI investment. An award for any topic will be made only if a sufficiently meritorious proposal is received. NIMA reserves the right to allocate available funds among topics based on the quality of the responses and NIMA priorities. None, one or more than one award may be made for an individual topic. Topic titles are listed below: (1) INTELLIGENT AGENTS FOR GEOSPATIAL INFORMATION DISCOVERY AND RETRIEVAL; (2) "ADVANCED VIRTUAL EXPERTS" - KNOWLEDGE BASED AND EXPERT SYSTEMS; (3) LIKE-FEATURE DETECTION; (4) COGNITIVE WORKLOAD - KEY INFORMATION NEEDS IN HIGH-STRESS DECISION ENVIRONMENTS; (5) UNCERTAINTY IN GEOSPATIAL INFORMATION REPRESENTATION, ANALYSIS AND DECISION SUPPORT; (6) COGNITIVE ASPECTS OF GEOSPATIAL INFORMATION; (7) FORMAL MODELS OF SPATIAL OBJECTS The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. No request for proposal (RFP) or other solicitation will be made. Technical questions may be submitted in writing to the address identified above, or to the e-mail addresses identified in the full description of each topic found on the NIMA's website under Business Opportunities at http://164.214.2.57/nima/. All remaining questions should be directed in writing to Mr. Brian Wolfe at the address identified above, and he can be reached at (301) 227-2295, fax (301) 227-2218, or e-mail wolfeb@nim.mil. CITE: (I-359 SN015287) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: A--FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTER SOL TIRNO97R00018 DUE 012897 POC Contract Specialist, Derrick L. Heard, 202-283-1488, Contracting Officer, Michelle Faseru, 202-283-1192 DESC: The Internal Revenue Service (IRS) intends to sponsor a Federally Funded Research and Development Center (FFRDC) to provide system engineering and technical assistance along with strategic advice and guidance. Also required will be technical managemet capabilities to facilitate the operation and modernization of Tax Systems. The FFRDC will be established under the authority of 48 CFR Subpart 35.017. The FFRDC shall provide technical advice and assistance to the IRS and/or its contractors in the areas f program and project management. This will consist of expert advice/guidance focused on increasing the effectiveness and efficiency of strategic information management and technical activities. The FFRDC will be available for IRS's Chief Information Officer (CIO) or the CIO's designee or Department of the Treasury executive support. Examples of this support may include, but are not limited to the following: - InformationSystems (IS) input to business case development - Business Process Analysis - IS management and oversight of IRS contractors - Evaluation of IRS contractors' performance and development of performance measures - Development of recommendations regarding a pime integration contractor. - Evaluation of IRS effectiveness - Ad hoc technical advice - Acquisition Support as necessary. This procurement will not involve a request for competitive proposals. However, expressions of interest and qualification or capability statements should be submitted by interested entities who are capable of fulfilling this requirement. The qualification or capability statemens received will be used to select potentially qualified entities, which may at a later date be requested to submit additional information and/or provide an oral presentation as part of a final selection. Comments on this action must be received not later tan January 28, 1997. This office would appreciate receiving qualification or capability statements at your earliest convenience; however, this information must be received within 15 days after the third (3rd) publication of this announcement to be considered. This is the first of three announcements issued under the authority of 48 CFR 5.205(b). Upon request, a copy of a scope of work for the intended FFRDC ill be mailed to any interested party or interested parties can download the information from the IRS Procurement Bulletin Board System (PBBS). Please follow these instructions to access the PBBS, dial the following number (202)799-0943. Your system must b set at the following defaults: Baud Rate of 9600, No Parity, 8 Data Bits, 1 Stop Bit. 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. At the Main System Menu the following will appear: "Make your selection (T,F,E, etc...):" Type "L" and press the "ENTER" Key. Type "S" to select a library and press the "ENTE" Key. Type "RFP" and press the "ENTER" Key. Type "F" and press the "ENTER" Key to list files. Press the "ENTER" Key to view the list of files. Type "C" to view the file list. Download the file "FFRDC.DOC". The system operates 24 hours a day, 7 days a week Send a written request, for a copy of the statement of work, to the Contracting Officer at the address specified above. No oral communication will be accepted. Qualification or Capability Statements should be submitted in written form to the Contracting Officer at the address specified above. Responses to this notice should make reference to Project No. TIRNO-97-R-00018. CITE: (I-359 SN015364) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Phillips Laboratory/PKLA, Directorate of Contracting, Lasers & Imaging Division, 3651 Lowry Avenue SE, Kirtland AFB NM 87117-5777 SUBJECT: A--A--IMAGING LASER SYSTEMS AND ANALYSIS (ILSA) SOL F29601-96-R-0006 DUE 020797 POC Teresa Martinez, Contract Specialist, 505/846-2240 Barbara Steinbock, Contracting Officer, 505/846-2246. DESC: This Notice of Intent to Contract will serve as notice that the Laser and Imaging Directorate of the Phillips Laboratory, Kirtland AFB NM is seeking a contractor for an Imaging and Laser Systems and Analysis (ILSA) contract to provide systems analysis, detailed engineering analysis and critical review of ongoing and planned Air Force technology development and test programs. This effort will require technical analysis, engineering support, safety analysis, environmental analysis, test planning and test operations performance evaluation, and documentation of laser and imaging system and subsystems in various technical task areas. Design and analysis of laboratory and field experiments will be required in passive and active imaging and Lidar devices and processing as well as performance simulations and calculations of critical performance parameters to support the Phillips Laboratory in-house imaging and Lidar programs. Development of specifications for telescope systems for the Starfire Optical Range (SOR), the Advanced Electro- optic Sensor (AEOS) and the Air Force Maui Optical Station (AMOS). This acquisition will also require design, engineering and hardware development of tracking and atmospheric compensation and airborne and space born Lidar. In addition, the contractor will be required to have financial tracking and cost estimation capability for technical imaging and Lidar projects. Contractor's possessing the capability to provide support are invited to submit their qualifications. Contractual effort is contemplated as a 48 month period of performance and will be priced on a Level-of-Effort (LOE) basis and estimated at 3-6 man-years per year usage rate. The contract type contemplated is a Cost Plus Fixed Fee (CPFF), level of effort. (LOE). The work will be primarily at the Government's facility. Interested concerns must be able to demonstrate their ability to manage a broad based support effort as noted in the task areas and have or be capable of obtaining a SECRET Facility Clearance. The SIC is 8711, with a size standard of $20million. Based on the evaluation of Statements of Capability received as a result of the Sources Sought Synopsis published 3 Oct 95, this acquisition will be conducted under full and open competition. Foreign firms are advised they will NOT be allowed to participate as the prime contractor. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI, 49016-3412 (1-800-352-3572) as soon as possible. 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 to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to address concerns during the proposal development phase of the acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the PL Ombudsman, Col James D. Ledbetter, at (505) 846-4964, or at 3550 Aberdeen Ave SE, Kirtland AFB NM 87117-5776. 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. For contractual issues contact the Contract Specialist,Teresa Martinez, (505) 846-2240. Originally sent 1/30/96. Contractors who have previously submitted request for RFP, do not need to respond. CITE: (I-359 SN015422) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: A--AMPHIBIOUS WARFARE AND STRATEGIC SEALIFT ENGINEERING SERVICES SUPPORT CONTRACT SOL N61331-97-R-0005 DUE 021597 POC Mary Kitchen, Contract Specialist, (904)235-5389 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Naval Surface Warfare Center (NSWC), Dahlgren Division, Coastal Systems Station (CSS), Panama City, FLorida intends to solicit competitive proposals for non-personal technical and engineering support services for engineering and technical support for various amphibious warfare, U.S. Marine Corps (USMC), and strategic sealift programs and systems being developed or supported by CSS. This effort will involve systems engineering, systems integration, analytical and engineering support for: amphibious ships and craft, seaborne logistics programs and systems, USMC mine/countermine/barrier warfare programs and systems, surface mobility programs, tactical deception programs, amphibious lift and related logistics programs and operations from initial concept development through operational fielding. Specific support will be required for existing systems, such as the LHD-1 class ships; LSD-41 class ships; LSD cargo variant; landing craft air cushion (LCAC) and LCAC Block Upgrades; strategic sealift ship classes such as the T-AKR, T-AVB, and T-ACS; and USMC mine clearance programs such as Very Shallow Water Mine Countermeasures. Additionally, support will be required for emergent advanced development and related technology base programs in support of amphibious warfare, USMC, and strategic sealift programs. A five year indefinite quantity cost-plus-fixed-fee contract is anticipated. Technical and cost proposal will be requested. A DRAFT solicitation will be released on 15 January 1997. Industry comments are due back to CSS by 22 January 1997. Anticipate FORMAL solicitation release on 15 February 1997. RFPs may be requested via mail or facsimile machine, (904)234-4251. Address requests to the Contract Specialist shown above. No telephone requests will be accepted. CITE: (I-359 SN015442) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Information Agency Office of Contracts, 330 C St., SW., Rm 1610 Washington, DC. 20547 SUBJECT: B--MEDIA RESEARCH SURVEY PROJECT POC Herman Shaw, Tele: 202-205-8412 DESC: 17. B -- MEDIA RESEARCH SURVEY PROJECT. The International Bureau of Broadcasting (IBB), Voice of America (VOA) requires a Contractor to obtain data on the size, composition, and media habits of the audience to its broadcasts in the following languages: Burmese, Tibetan, Khmer, Dari, Pashto, and Kurdish. Interested contractors are invited to submit proposals for research projects designed to collect and analyze such information. Because of the complexities involved in obtaining information about media behaviour in the target areas, potential contractors are encouraged to propose creative solutions to this requirement. This request for proposal (RFP) is a full and open procurement with the possibility of multiple awards as noted below. The SIC code is 8732 with a size standard of $5 million. Please note that this RFP includes the Statement of Work (SOW), deliverable and reporting requirements, technical evaluation and selection criteria and proposal preparation instructions. All information required for the submission of an offer will be contained in the RFP package. The VOA research projects, at a minimum, will be designed to obtain the most accurate possible information about: 1) The number of regular (i.e. weekly) listeners to VOA language services listed above, 2) The demographic characteristics and geographical distribution of this audience, 3) The size of the regular listening audience for other international and domestic radio and television broadcasters, 4) General patterns of media use by residents of the broadcast target areas, 5) Opinions on the part of the audience as to the accuracy, reliability, and relevance of the programs of VOA and other media. Contractor deliverables shall include: 1) A detailed narrative report on the findings of each study. 2) Fully cleaned data sets for each study, with topline summaries and supporting codebooks. Data sets shall be provided in hard copy and diskette. 3) Translated transcripts and audio tapes of any focus groups conducted in connection with each study. The Contractor shall be responsible for project design, translation and, if necessary, adaptation of VOA-supplied questionnaires, training of interviewers, supervision of fieldwork, data processing and cleaning, and preparation of summary reports. Potential sources may submit offers for research on all or any of the languages listed above. However, in all cases, offers shall be broken down to reflect the proposed research costs per language. Preference will be given to sources who indicate an ability to fulfill the entire requirement. Due to budgetary considerations, VOA may choose to award a contract for only part of the requirement stated herein. The estimated period of performance will be one (1) year. The contract will be of the firm-fixed price (FFP) type. The RFP package will be available on January 7, 1997. Contractors' proposal shall include: 1) A detailed description of the proposed research methodology, including specific listing of organizations that contractor would propose to use for fieldwork; 2) Justification for the methodology chosen, along with the Contractor's assessment of the quality of information that could be obtained; 3) Estimates of cost and time required to complete the projects; 4) Statement of Contractor's qualifications pertinent to the proposed projects. The evaluation and selection of a contractor will be made on the basis of the equally important criteria listed below, in addition to total project cost and ability to meet the proposed schedule. Please note that technical merit is considered more important than cost. a. Past performance and experience of firm with at least three (3) references. b. Recent and demonstrated ability to conduct research on the media use of audiences in closed societies. c. Quality of proposed data collection techniques and overall project design. d. Ability to carry out the entire project with in-house staff. Proposals for the above are due at the address listed above before 2:00 PM on February 7, 1997. Written questions concerning the technical specifications may be faxed to Mr. Herman Shaw at (202) 205-5466. This notice will represent the only official notice of publication for this requirement from date of publication through at least 30 days thereafter. All interested offerors may submit an offer which shall be considered. This advertisement does not comit the Government to award a contract. CITE: (I-359 SN015145) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Information Agency Office of Contracts, 330 C St., SW., Rm 1610 Washington, DC. 20547 SUBJECT: B--MEDIA RESEARCH SURVEY PROJECT POC Herman Shaw, Tele: 202-205-8412 DESC: 17. B -- MEDIA RESEARCH SURVEY PROJECT. The International Bureau of Broadcasting (IBB), Voice of America (VOA) requires a Contractor to obtain data on the size, composition, and media habits of the audience to its broadcasts in the following languages: Burmese, Tibetan, Khmer, Dari, Pashto, and Kurdish. Interested contractors are invited to submit proposals for research projects designed to collect and analyze such information. Because of the complexities involved in obtaining information about media behaviour in the target areas, potential contractors are encouraged to propose creative solutions to this requirement. This request for proposal (RFP) is a full and open procurement with the possibility of multiple awards as noted below. The SIC code is 8732 with a size standard of $5 million. Please note that this RFP includes the Statement of Work (SOW), deliverable and reporting requirements, technical evaluation and selection criteria and proposal preparation instructions. All information required for the submission of an offer will be contained in the RFP package. The VOA research projects, at a minimum, will be designed to obtain the most accurate possible information about: 1) The number of regular (i.e. weekly) listeners to VOA language services listed above, 2) The demographic characteristics and geographical distribution of this audience, 3) The size of the regular listening audience for other international and domestic radio and television broadcasters, 4) General patterns of media use by residents of the broadcast target areas, 5) Opinions on the part of the audience as to the accuracy, reliability, and relevance of the programs of VOA and other media. Contractor deliverables shall include: 1) A detailed narrative report on the findings of each study. 2) Fully cleaned data sets for each study, with topline summaries and supporting codebooks. Data sets shall be provided in hard copy and diskette. 3) Translated transcripts and audio tapes of any focus groups conducted in connection with each study. The Contractor shall be responsible for project design, translation and, if necessary, adaptation of VOA-supplied questionnaires, training of interviewers, supervision of fieldwork, data processing and cleaning, and preparation of summary reports. Potential sources may submit offers for research on all or any of the languages listed above. However, in all cases, offers shall be broken down to reflect the proposed research costs per language. Preference will be given to sources who indicate an ability to fulfill the entire requirement. Due to budgetary considerations, VOA may choose to award a contract for only part of the requirement stated herein. The estimated period of performance will be one (1) year. The contract will be of the firm-fixed price (FFP) type. The RFP package will be available on January 7, 1997. Contractors' proposal shall include: 1) A detailed description of the proposed research methodology, including specific listing of organizations that contractor would propose to use for fieldwork; 2) Justification for the methodology chosen, along with the Contractor's assessment of the quality of information that could be obtained; 3) Estimates of cost and time required to complete the projects; 4) Statement of Contractor's qualifications pertinent to the proposed projects. The evaluation and selection of a contractor will be made on the basis of the equally important criteria listed below, in addition to total project cost and ability to meet the proposed schedule. Please note that technical merit is considered more important than cost. a. Past performance and experience of firm with at least three (3) references. b. Recent and demonstrated ability to conduct research on the media use of audiences in closed societies. c. Quality of proposed data collection techniques and overall project design. d. Ability to carry out the entire project with in-house staff. Proposals for the above are due at the address listed above before 2:00 PM on February 7, 1997. Written questions concerning the technical specifications may be faxed to Mr. Herman Shaw at (202) 205-5466. This notice will represent the only official notice of publication for this requirement from date of publication through at least 30 days thereafter. All interested offerors may submit an offer which shall be considered. This advertisement does not comit the Government to award a contract. CITE: (I-359 SN015146) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: DHHS, PHS, Centers for Disease Control and Prevention, Program Acquisition Branch (Washington), 6525 Belcrest Road, Room 1170, Hyattsville, Maryland 20782 SUBJECT: B--DIETARY INTERVIEW SOFTWARE AND DATABASE MAINTENANCE SUPPORT FOR THE DIETARY INTERVIEW COMPONENT OF NHANES IV SOL 200-97-7006 POC Contact Point - Sharon Gayle, Contract Specialist, 301/436-7007 ext. 137, Contracting Officer, Ronald L. Atherholt DESC: The Centers for Disease Control and Prevention (CDC), National Center for Health Statistics (NCHS) intends to award non-competitively a contract to the University of Minnesota, Nutrition Coordinating Center (NCC), Minneapolis, MN for the use of the Nutrition Data System (NDS), a microcomputer-based tool for dietary assessment and nutrient intake calculations. The NDS is currently used in several major clinical studies including the Women's Health Initiative Study, the Diet Intervention Study in Children (multiple centers), and the Polyp Prevention Trial. NCHS will use the NDS to collect all 24-hour dietary recall interview data (approximately 35,000 interviews total) during the fourth National Health and Nutrition Examination Survey (NHANES IV), 1998-2004. NHANES IV data collection, transmittal, editing, and processing will be automated; all survey data, including third party software products such as the NDS will be managed by a centralized integrated survey information system (ISIS) that is currently under development as part of NCHS Contract No 200-96-7015. The NDS features an automated, interactive dietary interview module that prompts for detailed descriptions of foods and beverages as well as automated coding to a comprehensive nutrient and food database. Nutrient intakes and food gram weights are computed internally; nutrient summary reports are available for immediate review; additional reports can be generated from the NDS summary data file. The NDS is the only commercial software instrument that offers a standardized interview format with structured interview probes, a comprehensive food and nutrient database, and comparability with the dietary interview methodology used in NHANES III, 1988-94. The continued use of a standardized data collection methodology will allow direct comparison of NHANES III and NHANES IV data. The NDS food database contains more than 19,000 North American foods, including more than 7,000 brand name products. NCC will update the NDS with new foods, food amounts, and recipes as they are reported during the survey. The NDS nutrient database contains time-related data for 95 nutrients and food components including individual fatty acids, individual sugars, caffeine, and aspartame. The NCC will provide NDS database maintenance and client support for the duration of the survey. The period of performance is for six (6) years. All inquires must be submitted in writing and addressed to Sharon Gayle, Reference No. 200-97-7006. This announcement is not a Request for Proposal. See Note 22 CITE: (D-359 SN015244) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St. NW., Atlanta, GA 30365-2550 SUBJECT: C--CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC)--ATLANTA, GA--NEW U.S. COURTHOUSE ANNEX--SAVANNAH, GA SOL GS-04P-97-EXC-0007 DUE 021097 POC Ronald Butler (404) 331-4871, Contracting Officer, Paul DeHaven, (404) 331-5329. DESC: CONSTRUCTION MANAGER AS CONSTRUCTOR (CMc) SERVICES CONTRACT for the proposed U.S. Courthouse Annex in Savannah, Georgia. The scope of CMc services under this proposed contract includes Pre-Construction Phase Services and Construction Phase Services. Pre-Construction Phase Services shall include, but are not limited to, preliminary evaluation of design development documents, consultation during construction document production, preliminary project schedule development, recommendations on phased construction, cost estimates development of subcontractor and supplier interest, establishment of a negotiated Guaranteed Maximum Price (GMP) and identification of long-lead items. Construction Phase Services shall include, but are not limited to, administration of the construction contract (whether the work is performed with CMc's own forces or under sub-contract), coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, record keeping, progress reporting, schedule control, inspections, testing, and other required supplemental services if so requested by the Government. The CMc for this contract will be competitively chosen using the Solicitation for Offers (SFO) process. Source selection procedures will be employed as the method of selection of the successful Offeror. The contract will be a Guaranteed Maximum Price (GMP) type and may include unit pricing and/options. For this contract, the evaluation of price (represented by the CMc's fee for Pre-Construction Phase Services, and fee for Construction Phase Services including profit, general conditions and other overhead costs during the project construction and commissioning) is of equal importance to the technical evaluation factor listed herein. Project Summary. The proposed U.S. Courthouse Annex will be constructed on a site bounded by Whitaker Street, State Street, York Street and Barnard Street in downtown Savannah, Georgia. The proposed four-story courthouse annex will be approximately 168,306 gross square feet (15,635 square meters) while containing 112,765 occupiable square feet (10,475 square meters) to deliver the required program. The facility will be occupied by the U.S. District Court, the U.S. Circuit Court, the U.S. Magistrate Court, U.S. Bankruptcy, the U.S. District Attorney, the U.S. Probation Office, the U.S. Marshals Service, and other Federal agencies. The maximum ECC (Estimated Construction Cost) is $39,000,000. Occupancy is anticipated for 2nd quarter FY 2000. The completed facility will include the following functions: U.S. District, U.S. Magistrate and U.S. Bankruptcy Courtrooms and chambers; office space for the U.S. District and Bankruptcy Court Clerks, grand jury suites; jury assembly areas; U.S. Marshals Service office space, USMS sallyports and detention cells; hearing rooms; conference/training rooms; and other general office areas. The Government's program objectives for this project are that it: (1) serve the Government's needs for functional space in the most efficient and cost effective manner providing the greatest possible value for the budget available; (2) provide a visual testimony to the dignity and stability of the American Government and the seriousness of the Federal judiciary's mission; and (3) be an asset to the community that reinforces the urban planning and National Historic Landmark District preservation objectives of the City of Savannah. Definition of Construction Manager as Constructor. A Construction Manager as Constructor, or CMc, is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services and overall coordination and management of all construction phases. The CMc shall be a member of the project development team during the planning, design and construction phases, along with GSA as owner/developer and GSA's selected A-E design team, Rosser International and Robert A.M. Stern Architects, as architects and engineers of record. At the time of the contract award, projected to coincide with the mid-point design development stage (25% complete), the CMc's firm price for pre-construction and construction phase services will form the basis of the contract. Upon completion of the 65% complete construction documents, the CMc shall guarantee a maximum project price (GMP) based on the facility described in the Government's construction documents and Solicitation for Offers (SFO) package. Upon acceptance by the Government, the contract will be modified to reflect the agreed upon GMP. The CMc may provide general construction with its own forces, or may contract for part or all of the construction with other firms. Project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGC Document 565), Standard Form of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). In contrast to a CM that is not also a constructor, the CMc is responsible, through design review, involvement in the project development and administration of the construction for constructing the facility described by the Government at or below the defined budgeted Estimated Construction Cost (ECC). Summary of Requirements, Project Services, and Project Staffing are listed in detail in the SFO package. Source Selection Evaluation Criteria: The following factors will be used by GSA's Source Selection Evaluation Board (SSEB) in the Phase I process to select a competitive range of firms for further evaluation under the Phase II process, described herein. These same factors, with more detail analysis of the subcategories, will be used in the Phase II process by the SSEB for the selection of the CMc. After completion of technical and price evaluations, discussions and/or negotiations, the Offeror whose proposal offers the greatest value to the Government with technical evaluation factors bearing an equal weight to the evaluation of price will be awarded the contract. 1. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL (250 TOTAL POINTS) DESCRIPTION: This factor considers the qualifications and experience of key personnel on the offeror's team who will be assigned to the project. The SFO requests resumes or other relevant documentation for certain positions. The offeror may submit additional resumes as it believes necessary to fully describe the talents and depth of their team. The qualification of each individual is based upon the skill, experience and education level of the individual. This factor will be evaluated based upon the written responses to the SFO by the Offeror and by the evaluation of responses of references recommended by the offeror. The scope of this project requires significant construction related experience in key positions to ensure reasonable expectation of project success. a. Summarize the qualifications, professional designation, experience, education, background information, specific assignments, and other significant information for each proposed key member of the CMc team. (100 points) b. For each proposed key person, identify the proposed duties in the project. Identify the person as a part-time or full-time employee. Identify the firm for which the employee works (i.e. an employee of the CMc firm or that of a subcontractor or consultant firm). Provide at least two references (names, addresses, telephone numbers, where the individual worked in the proposed capacity. (100 points) c. For each proposed key person supply at least (3) three projects within the past ten years, where the individual worked in a capacity of comparable responsibility proposed for this project at a minimum duration of 51% of the project. (50 points). 2. EXPERIENCE IN PROVIDING PRE-CONSTRUCTION SERVICES ON SIMILAR PROJECTS (250 TOTAL POINTS) DESCRIPTION: This factor considers the offerors experience and performance as a firm in providing comparable PRE-CONSTRUCTION PHASE services for Federal courthouse construction projects or similar complex projects in excess of $15,000,000 within the past ten years. The SFO requests the offeror list at least three projects that they, as a firm, have performed PRE-CONSTRUCTION PHASE services describe in detail the services provided and list at least two names, addresses and telephone numbers of client(s) for each listed project. This factor will be evaluated based upon the written response to the SFO by the Offeror and by the evaluation of responses of references recommended by the offeror. (a) Provide at least three projects within the past ten years in excess of $15,000,000 in construction costs, in which the firm provided Construction Phase services similar to those that will be required under this project. Describe in detail your record of delivering the completed projects within the fixed schedules and within the prescribed budget. Relate those in type and scope to this project. Provide at least two names, addresses and telephone numbers for each listed project. (100 points) (b) Demonstrate the team's experience and abilities in working in a non-adversarial relationship with a building owner/developer in the development of the subject project. (50 points) (c) Demonstrate the proposed team's abilities and experience in providing value engineering, design oversight and independent cost estimating in maintaining project budgets. (50 points) (d) Demonstrate the proposed team's abilities to maintain project quality and scheduling while controlling costs. (25 points) (e) Provide a comprehensive list of construction claims in which the firm and the owner/developers have been a party to in the last 5 years, providing synopsis of the outcome. Describe the firm's use of Alternative Dispute Resolution (ADR) or arbitration to avoid litigation. Identify claims that were resolved via ADR. (25 points) 3. EXPERIENCE IN PROVIDING GENERAL CONSTRUCTION SERVICES ON SIMILAR PROJECTS IN THE PAST TEN YEARS (350 TOTAL POINTS) DESCRIPTION: This factor considers the offeror's experience and performance as a firm in providing comparable CONSTRUCTION PHASE services for Federal courthouse construction projects or similar complex projects in excess of $15,000,000 within the past ten years. The SFO requests that the offeror list at least three projects that they, as a firm, have performed Construction Phase services. Describe in detail the services provided and list, at least two names, addresses and telephone numbers of client(s) for each listed project. This factor will be evaluated based upon the written response to the SFO by the Offeror and by the evaluation of responses of references recommended by the offeror. (a) Provide at least three projects within the past ten years in excess of $15,000,000 in construction costs, in which the firm provided Construction Phase services similar to those that will be required under this project. (150 points) (b) Describe in detail the construction phase services provided, relating those services to this project in scope and complexity. Provide at least two names, addresses and telephone numbers of client(s) for each project listed. (100 points) (c) Describe in detail the construction management services provided, relating those services to this project in scope and complexity. Provide at least two names, addresses and telephone numbers of client(s) for each project listed. (100 points) 4. CMC'S RESOURCES, FACILITIES AND TECHNOLOGY (150 TOTAL POINTS) DESCRIPTION: This factor considers the resources and facilities available to the CMc, in-house computer office automation capabilities, including Management Information Systems and ability to review drawings in an Auto-Cad Release 13, or later, format and the firm's ability to interface with the Government's Microsoft Excel V.5.0 and Word for Windows V.6.0 software, including ability to send and receive data electronically via desktop conferencing and ``white board'' technologies. (a) Describe the resources and facilities available to the CMc, in-house computer office automation capabilities, including Management Information Systems and ability to review drawings in an Auto-Cad Release 12, or later, format. (100 points) (b) Describe the firm's ability to interface with the Government's Microsoft Excel V.5.0 and Word for Windows V.6.0 software, including ability to send and receive data electronically via desktop conferencing and ``white board'' technologies (50 points) Source Selection Procedures: Qualified firms expressing an interest in the project will be provided one copy of the SFO package. Firms wishing to offer must provide Phase I submissions that clearly address the rating factors identified above and described in greater detail in the SFO. Cost proposals are not required with the Phase I submittal, but Offerors must provide a statement certifying their ability to construct the desired facility at or below the $39,000,000 maximum Estimated Construction Cost (ECC) budget limitation (the ECC shall include all CMc fees) and provide to the Government a statement from an approved surety of bonding capacity that is commensurate with the ECC. A competitive range of the most highly qualified firms will be selected on the basis of the evaluation of the Phase I submittal. Those firms within the competitive range will be notified; provided with complete concept design documents; and asked to provide additional technical information and cost proposals for consideration under Phase II. Firms are strongly encouraged to provide their best technical and cost proposals during the required phases as the Government reserves the right to make award without discussions. Firms that are determined to be in the competitive range may be interviewed at their principal place of business. Contract Award: A contract will be awarded to the selected firm whose proposal offers the greatest value to the Government with technical evaluation factors bearing an equal weight to the evaluation of price. At the 65% construction document submittal in the Pre-Construction Services phase, the contract will be modified to reflect a negotiated mutually agreed upon Guaranteed Maximum Price (GMP). The Government shall reserve the right to terminate the contract if the offered GMP exceeds the ECC. The cost difference, if any, between the negotiated GMP and the final construction cost shall be shared between the CMc and the Government at the conclusion of the project as described in the SFO. SB-SDB Participation: Although this procurement is open to large business, small and minority-owned firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of Federal facilities. Firms submitting Phase I offers shall include a brief written narrative of their outreach efforts and goals to utilize small, small disadvantaged and small women-owned businesses on this project. An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. Large businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: Small Businesses (20%), Small Disadvantaged Businesses (5%), and Small Women-Owned Businesses (5%). How to Offer: Firms having the capabilities to perform the services described herein shall submit a one page letter stating interest in the project on company letterhead to the Contracting Officer. Those firms, along with others on the Government's mailing lists, will be provided with one copy of the Solicitation for Offers (SFO) package, including the design program, concept level drawings and specifications, and other information needed to offer, and invited to provide a submittal of their technical qualifications to perform the services outlined in the SFO. Offerors who wish to submit an offer will be required to submit three (3) complete copies of a Phase I proposal. The submittal should be in an 8-1/2" x 11" spiral bound format and should be organized to correspond with the evaluation factors described below. The forms SF 254 and SF 255 may be utilized but are not required. If forms 254 and SF 255 are used, they must be current (reflecting a date not more than one year old from the month of this notice). Photographs may be incorporated with the text in Sections 8 and 10 of the SF 255 if desired. If SF 254 and SF 255 are not utilized, the submission must include information, such as qualifications and related past experience of proposed key personnel, that responds to the data requested in each section of these forms. In addition, Offerors will be required to certify their ability to construct the desired facility at or below the $39,000,000 maximum Estimated Construction Cost (ECC) budget limitation and provide to the Government a statement from an approved surety of bonding capacity that is commensurate with the ECC. The SFO will provide additional information regarding the submission format. Participants are strongly encouraged to completely review the SFO in detail prior to submission. The total Phase I submission must not exceed 75 pages. Interested firms should send a letter of interest to the office and address listed below no later than 3:00 p.m. on January 10, 1997. Phase I submittals are to be received no later than 3:00 p.m. on February 10, 1997. Only technical submittals, along with the minimum requirement statements in the SFO, should be submitted. Price proposals will not be considered until the second stage of the source selection process. Participants must be licensed to work in the state where the construction is to take place. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. A follow-up listing of firms to be interviewed will be placed in this publication. A pre-submission conference will be held on January 27, 1997 at 10:00 AM in the Summit Building, 401 West Peachtree Street, Atlanta, Georgia. Please notify Ron Butler at the number below, or indicate your attendance in your letter of interest, if you plan to attend this meeting. Contact Ron Butler, General Services Administration, 401 West Peachtree Street, Suite 2500, Atlanta, Georgia 30365 (404) 331-4871 FAX No. (404) 730-2309. CITE: (M-359 SN015245) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: National Park Service, Denver Service Center, P.O. Box 25287 DSC-CA, Denver, CO 80225-0287 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR PLANNING, ENGINEERING, ARCHITECTURAL, AND PRESERVATION DESIGN PROJECTS IN INDEPENDENCE NATIONAL HISTORICAL PARK, PENNSYLVANIA SOL 1443CX200097012 POC Marlene Haussler, 303/969-2046 DESC: The National Park Service (NPS), Denver Service Center, is seeking a qualified firm or organization (team) to provide Architect/Engineer (A/E) services under an indefinite quantity contract for planning services and possible small design projects at Independence Mall located in Independence National Historical Park in Philadelphia, Pennsylvania. The primary work will be urban/historic landscape planning involving evaluation of existing conditions, confirmation of programmatic and functional requirements for all stakeholders of Independence Mall, master planning for site development work, and preparation of design guidelines for the first, second, and third blocks of Independence Mall. All work will be based on the general functional layout and urban design principles identified in the approved General Management Plan. Possible additional future work on these blocks may involve construction project planning, design development and preparation of project plans and specifications for demolition work, site restoration, site design, utility system connections and minor site facilities. Architectural and engineering services for major facilities such as the Gateway Visitor Center, Liberty Bell Pavilion, Independence Park Institute, and National Constitution Center which are proposed for future construction on the Mall, would be provided under separate design contracts. All work will be guided by NPS policies, directives and the Independence National Historical Park General Management Plan, and will require coordination with various review and planning entities. Presentation and visual communication abilities are essential including the ability to use quick sketches or other cost-effective techniques to communicate concepts and guidelines. All projects under this contract will be within a World Heritage Site, and sensitivity to National Park Service values and standards for historic preservation, including the Secretary of the Interior's Standard for Preservation Projects, and sustainable design principles must be demonstrated. The NPS has adopted sustainable design as the guiding principle for park planning and development. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design, utilizes best available solutions within the design tradition of NPS, and incorporates environmentally sensitive construction methods, seeks to conserve non-renewable global resources, utilizes energy efficiently, recycles materials and waste, and specifies, ecologically responsible methods, practices, and materials in the construction of park infrastructure. The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The anticipated work may include the following: (a) Title I services; Park planning studies and analyses (i.e. land use/functional suitability, historic resource, transportation, socioeconomic, interpretive, recreational use, and infrastructure studies), site planning and design, investigation of existing conditions, site surveys, hazardous materials surveys, testing, and abatement planning, visitor management and special events planning, schematic design, design development, preliminary drawings, design analysis, building energy analysis, utility economic analysis, energy conservation and life cycle costing, value engineering, outline specifications, and preliminary cost estimates; (b) Title II Services; preparation of construction specifications and working drawings, preparation of hazardous materials abatement plans and specifications, and preparation of construction cost estimates for preservation, restoration, stabilization, rehabilitation and new construction; (c) Title III Services; construction observation, review of submittals, site visits, consultation services during construction, and preparation of Operation and Maintenance Manuals. The required disciplines include, but are not limited to: planning (urban, transportation, open space, outdoor recreation, interpretive, etc.), landscape architecture (contemporary and historical), engineering (transportation, civil, electrical, mechanical, fire protection, structural, lighting, and security), architecture (contemporary and historical), cultural resource investigation (history, archeology, anthropology, etc.), and visitor management/special events planning. Other professional disciplines that may be required but will not be rated are: surveying, geotechnical, value analysis, cost estimating, hazardous materials management, graphic illustration, and writing/editing. In accordance with Public law 100-418 and Executive Order 12770, all Federal design work is to be performed using the metric system of weights and measures. Design work under this contract may be subject to this requirement. The following criteria, in descending order of importance, shall be used in the evaluation of the prospective firms. Please note that this criteria shall be used by the NPS in lieu of the criteria listed under Note 24. 1. Demonstrated professional experience and technical competence of the team including consultants and project personnel, with projects of the types described, particularly urban, open space, and campus planning projects that embody a high degree of sensitivity with the cultural and natural environment and that demonstrate sustainable design and working experience with State of Pennsylvania and city of Philadelphia regulatory and compliance agencies. 2. Professional qualifications of the principals and key staff of the firm and consultants for performing projects of the types described , particularly in urban historic areas. Registration of key professionals of the firm and consultants in the State of Pennsylvania. 3. Ability to facilitate, develop consensus, and coordinate planning and design requirements with multiple stakeholders. 4. Demonstrated ability to effectively communicate concepts, plans, technical evaluations and guidelines to stakeholders, reviewing authorities, and the general public. 5. Familiarity with the cultural and physical contexts of Philadelphia and the ability to maintain a continuous local or short notice presence for planning meetings and site development coordination. 6. Demonstrated project management experience with projects of a similar nature for Governmental agencies and private industry with respect to such factors as control of costs, quality of work, coordination of a multidisciplinary project team, meeting schedules. Capacity of the firm to perform the work, including any specialized services, within tight time limitations. All services will be provided under an indefinite quantity contract. The total of all task orders per year will not exceed $600,000 and each task order will not exceed $250,000. The A/E is guaranteed a minimum amount of $25,000 during the life of the contract. The term of the contract shall be one year with four one-year options. This procurement is open to small and large business and is subject to Public Law 100-656. To the fullest extent, the National Park Services welcomes the participation of small business firms including women and minority owned and operated A/E firms and encourage large business firms to include small business firms as part of their team. If the apparent successful offeror is a large business they will be required to submit subcontracting plan which will separate percentage goals for using small business concerns and small disadvantaged business concerns subcontractors. The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the Contract. Firms that meet the requirements described in this announcement are invited to submit a Letter of Interest and completed Standard Forms 254 for each firm and a team Standard Form 255 in an original only. Submission of any additional material is allowed only to the extent that it graphically (via drawings and photographs) substantiate the relevant project work specifically described on the Standard Forms 254/255. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable material can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents will be submitted. Responses must be received before 5:00 p.m., 30 calendar days from the date of this publication (first work day following a weekend or holiday) in order to be considered for selection. This is not a Request for Proposal. EMAILADD: contracts_dsc@nps.gov EMAILDESC: CITE: (D-359 SN015345) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Department of Veterans Affairs, VA Medical Center (90C), 1100 N. College Avenue, Fayetteville, AR 72703 SUBJECT: C--RENOVATE WARD 3B FOR CLINICS SOL 564-3-97 DUE 012497 POC Donna Lenz, Contract Specialist (501) 444-5035 DESC: Provide Architect-Engineer Services to remodel approximately 9200 gross square feet of space into outpatient clinics including oncology; diabetic; foot; outpatient surgery; EKG & pulmonary function lab and doctors offices. Proposed use intended to allow use of area with fewest possible modifications to serve the needs. Work will include demolition of some existing walls and construction of new walls as well as relocation of plumbing, electrical, communications and HVAC. Evaluation criteria will be as follows: (1) Specialized experience of the firm with the type of work required; (2) Past record of performance on similar contracts; (3) Geographic location and facilities of the working office; and (4) Specific experience and qualifications of personnel proposed for assignment to the project. Area of consideration is restricted to firms within a 250 mile radius of Fayetteville, AR. Firms desiring consideration should submit an SF 254 and SF 255 on or before January 24, 1997. Award subject to availability of funds. This is not a Request for Proposal. See Note(s): 2, 25. CITE: (I-359 SN015305) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: USDA Forest Service, Pacific Northwest Region, 333 SW First Avenue, PO Box 3623, Portland, OR 97208-3623 SUBJECT: C--PROFESSIONAL ENGINEERING SERVICES FOR TECHNICAL DOCUMENT REVIEW, HOLDEN MINE SITE, WENATCHEE NATIONAL FOREST, WENATCHEE, WASHINGTON SOL R6-97-836 DUE 020697 POC Contact, Procurement and Property Management, 503/326-3581 DESC: Professional engineering services related to technical review of documents (deliverables) produced during the performance of a Remedial Investigation/Feasibility Study (RI/FS) of the Holden Mine Site on the Wenatchee National Forest (Wenatchee, Washington), in accordance with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) (42 USC 9600 et seq.), the National Contingency Plan (NCP), the Guidance for Conducting Remedial Investigations and Feasibility Studies under CERCLA (U.S. EPA, October 1988) and the April 25, 1995, Administrative Order on Consent (AOC) between the Forest Service, U.S. EPA, Region 10, Washington Department of Ecology, and Alumet Corporation. Work includes technical review of pre-FI/FS documents related to risk assessment screening at the site. The Holden Mine Site is a (docketed site). One Indefinite Delivery-Requirements contract will be awarded; task orders will be issued against the contract as reviews are required. The contract period will be for one year from the date of award, with four option year periods. The following criteria will be applied in evaluating firms for contract award. CRITERIA REQUIRED BY FEDERAL ACQUISITION REGULATIONS (FAR) 36.602-1(a): (1) Professional qualifications necessary for satisfactory performance of required services (e.g., licensed, registered, or certified in the States required). (2) As contained within this criterion, specialized experience and technical competence in the type of work required: (a) an established reputation in the field of RI/FS, (b) regularly engaged in work of this type, including maintaining a regular force of staff skilled in RI/FS, (c) experience in this type of work on previous and/or present projects similar in scope and size, (d) experience in CERCLA mining projects, (e) experience in projects involving the Washington Department of Ecology; (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; (5) Location in the general geographical area of the project and knowledge of the locality of the project (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Acceptability under other appropriate evaluation criteria, following. CRITERIA REQUIRED BY DEPARTMENT OF AGRICULTURE ACQUISITION REGULATIONS (AGAR) 436.602-1(a): (7) Adequacy of facilities for performance of the work including those necessary to provide specialized services that may be required; (8) Volume and nature of present workload as it relates to ability to perform the work required; (9) Experience and qualifications of proposed key personnel including specialized technical skills, project coordination and management skills, and experience in working together as a team. This criterion includes consideration to key personnel's established reputation in the field of RI/FS and experience in this type of work on previous and/or present projects similar in scope and size); (10) Availability of additional contractor personnel or consultants to support expansion or acceleration of the project. CRITERIA REQUIRED BY FOREST SERVICE ACQUISITION REGULATIONS (FSAR) 4036.602-1(a): (11) Volume of work under previously awarded Forest Service contracts (evaluation of the volume of work previously awarded by the Forest Service, with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including minority firms, that have not had prior Forest Service experience); (12) Subcontracting with certified 8(a) or other small disadvantaged businesses (that is, potential contractors who are subcontracting, or will subcontract, with certified 8(a) or other small disadvantaged businesses). These firms will continue to receive preference until small business goals have been met. (GAO Decisions B-223059 and B-223243). THIS ADVERTISEMENT SERVES AS THE SOLICITATION FOR THIS PROJECT. Interested firms shall submit Standard Form 254, Architect-Engineer and Related Services Questionnaire, to provide information concerning the firm's general qualifications; and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to provide more detailed information concerning qualifications specific to this project. Responses are due 4:30 P.M., local time, February 6, 1997. Envelopes containing SF-254 and SF-255 submittals in response to this ad should place the following in the lower left-hand corner of the envelope: R6-97-836, Holden Mine Technical Document Review, Due 4:30 P.M., February 6, 1997. CITE: (I-359 SN015427) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: USDA Forest Service, Contracting, P.O. Box 21628, Juneau, AK 99802- 1628 SUBJECT: C--CONSTRUCTION MANAGEMENT FOR MENDENHALL GLACIER VISITOR CENTER RENOVATION CONTRACT, CHATHAM AREA SOL R10-97-07 DUE 013197 POC Eric Meyer, (907) 586-8880 Lisa Peterson, (907) 586-8880. DESC: Project consists of professional architect-engineer construction management services for the Mendenhall Glacier Visitor Center (MGVC) Renovation contract which is currently being negotiated. The construction base item consists of the renovation of the existing visitor center, a 5,500 square-foot building addition, tunnel construction through bedrock, elevator installations, and utility connections. The construction option item consists of the renovation of the site access ramp, access drive, stairways and terraces, and site landscaping. MGVC is located approximately 14 miles from downtown Juneau, Alaska. One or two contract(s) for A-E services will be negotiated, to provide two "levels" of services, primarily in the areas of architecture, and civil, geotechnical, structural, mechanical and electrical disciplines. Level 1 - primarily submittal review, design change review, and design clarification assistance on an indefinite quantity (task order) basis, with a minimum guarantee of $40,000 and maximum order limitation of $150,000. Level 2 - primarily inspection, quality assurance, documentation, coordination, submittal tracking, and other construction management services, on a firm-fixed-price basis. The estimated price range for Level 2 services is between $100,000 and $250,000. The estimated price range for the MGVC renovation construction contract is between $1,000,000 and $5,000,000. The estimated start work date for this project will correspond to the construction contract which is scheduled to start in April 1997 with completion date of May 31, 1998. Should the MGVC renovation contract fail to be awarded, this notice of intent to contract for A-E services may be cancelled without obligation. Interested firms may request a Scope of Services announcement from the Contracting Office by FAX (907-586-7090), by mail, or by telephone (907-586-8880). Firms will be required to complete an SF-254 and SF-255 to be considered for this project. Firms may submit the required forms for only Level 1 Services, for only Level 2 Services, or for both Level 1 and 2 Services. Firms intending to limit their area of consideration to either or both levels must so state in their submittal. Following a review and evaluation of qualification and performance data by an A&E Review Board, negotiations will be commenced with the top-ranked firm on the selection list for each level of service for this project. Each level of services will be treated separately for negotiation purposes. Selection of firms for negotiation is through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional service required, as determined by applying the following criteria, which are listed in descending order ofimportance. Selection Criteria for Level 1 Services - 1. Professional qualifications necessary for satisfactory performance of required services. List the personnel who will be providing these services and their qualifications, 2. Specialized experience and technical competence in the type of work required as it relates to visitor centers and similar projects, with preference for Forest Service projects over other Federal projects, and Federal projects over state, municipal or private sector projects. List the specialized experience of the qualified personnel providing these services, 3. Geographical location and knowledge of both the locality and the project, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project, 4. Capacity to accomplish the work and perform in a timely manner, and 5. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, effective management of subcontracts, and compliance with performance schedules. Selection Criteria for Level 2 Services - 1. Professional qualifications necessary for satisfactory performance of required services. List the personnel who will be providing these services and their qualifications, 2. Specialized experience and technical competence in the type of work required (construction inspection and management on similar complex projects) with preference for Forest Service projects over other Federal projects, and Federal projects over state, municipal or private sector projects. List the specialized experience of the qualified personnel providing these services, 3. Capacity to accomplish the work and perform in a timely manner, 4. Past performance on contracts with Government agencies and private industry in terms of effective communication and management, conflict prevention, problem resolution, compliance with performance schedules, cost control, and quality of outcome, 5. Location in the general geographical area of the project and knowledge of the locality of the project, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. CITE: (I-359 SN015444) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244 SUBJECT: D--AUTOMATIC DATA PROCESSING SERVICES SOL S-OPRAQ-97-R-0005 DUE 021397 POC Contact Point, Contract Specialist, John D. Rose; 703/875-6064, or DESC: The U.S. Department of State, Office of Acquisition seeks potential offerors to provide high quality support to the Bureau of Consular Affairs for operational support of existing systems and in the continuing redevelopment, deployment and support of integrated, open, and modernized automated systems. Evaluations may result in multiple awards for development of modernized consular support systems. Support will include the design, development, testing and life cycle elements of client/server and mainframe based systems. Support is also required for the operation and maintenance of existing world wide systems. It is our intent to conduct this procurement to the maximum extent practicable using the Internet. Solicitation S-OPRAQ-97-R-0005, including all amendments, questions and answers will be available to view and/or download at http:// www.statebuy.inter.net/home.htm. beginning on or after January 10, 1997. Potential offerors are encouraged to check this site periodically to obtain current information. Requests for written copies of the solicitation are discouraged but will be honored upon written request to the above address. Requests may also be faxed to (703) 875-6085. TELEPHONIC REQUESTS WILL NOT BE HONORED. Written copies of the solicitation and any amendments will be mailed on the same date that these items are posted on the Internet. A TOP SECRET facility clearance is required and must be obtained prior to contract award. This will be a full and open procurement CITE: (W-359 SN015148) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245- SUBJECT: D--TECHNICAL SERVICES FOR INFORMATION SUPPORT AND COMMAND/CONTROL COMMUNICATIONS SYSTEMS SOL N00039-97-R-0056(Q) POC Scott Morrow, 02-11, 703-602-0682. DESC: Synopsis No. 11. The Space and Naval Warfare Systems Command (SPAWAR) intends to solicit for award a Time and Material (T&M) task order contract to provide engineering and technical support services for Information Support Systems, Command/Control Communications Systems, and Implementation Class Desks for SPAWAR PMW 152, PMW 176 and SPAWAR 05F. Efforts under this proposed contract will include 1) Engineering and technical assistance in the conduct of requirements definition, including identifying and proposing commercial solutions to requirements and translating operational requirements into technical requirements. 2) Shore system/subsystem engineering, design, integration, test, and evaluation, including hardware/software integration and testing and the generation of software code. 3) Procurement and/or installation of selected systems, including commercial systems that will satisfy operational deployments 4) Planning and managing of system implementation, including exercising configuration control over communications products and information resources systems on a shore and ship class basis, and preparing supporting logistics documentation. 5) Developmental, operational, and acceptance test planning and execution. 6) Life cycle support planning for the Department of the Navy Defense Message System (DMS), Base Level Information Infrastructure (BLII) and Joint Maritime Communications Systems (JMCOMS). 7) Other tehnical and engineering services required to ultimately install an integrated Command, Control, Communications, Computers and Intelligence (C4I) suite into new construction ships and the technical and engineering effort required to update/modernize ships of the active fleet. The successful offeror shall provide the necessary support to accomplish tasks directed by individual task orders issued by SPAWAR. Quantity: The total effort required is expected to be 222,560 staff-hours for the firm period (beginning in April 1997) and 222,560 staff-hours for each of four option periods. Closing date: 30 days after release of RFP, which is expected to occur on or about 20 January 1997. The Standard Industrial Classification (SIC) is 8711. Potential offerors must possess a SECRET facility clearance at time of award and 30 days after award. U.S. COMPANIES ONLY (NOFORN). The Final RFP will be transmitted through the SPAWARSYSCOM Bulletin Board System (SPAWAR BBS), which can be accessed by calling (703)602-9494, or via the internet at URL http://bbs.spawar.navy.mil. The SPAWAR BBS (non-internet) operates at 14,400 BAUD with a setting of 8:N:1. To download the Final RFP, the prospective offerors will need, at a minimum, PC or MAC, with modem emulation software that supports VT100 or ANSI standing, a modem that operates between 300 bps - 14.4K bps (for non-internet access), and 0.6 MEG of free disk space. Prospective offerors are required to supply the name and address of their company and the Point of Contacts' name and phone number on the on-line questionnaire in order to be placed on the RFP Bidder's List. The Final RFP file name will be 97R0056.ZIP and compressed by shareware program, PKZ204G.EXE. The SPAWAR BBS will be available 24 hours a day, seven days a week. However, as the demand may be heavy, it may be necessary to call repeatedly or during non-business hours. If any assistance is needed regarding use of the SPAWAR BBS, please contact Mark Gurganus at (703)602-1842. All others are also requested to optionally provide answers to a questionnaire on electronic contracting. TELEPHONE INQUIRIES FOR THE RFP WILL NOT BE HONORED. Offerors who would like a copy of the RFP must access the bulletin board. Offerors who would like a copy of the RFP and do not have access to a modem may bring a formatted high density, 3 1/2" diskette to the Contractor Liaison Branch, Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245-5200, Room 201, Between the hours of 7:00am-3:00pm Mon-Fri. All offerors may submit a proposal which will be considered. Written responses (2 copies) must be delivered via mail to the following address: Commander, Space and Naval Warfare Systems Command, ATTN: Scott Morrow, Code 02-11D, 2451 Crystal Drive, Arlington, VA 22245-5200. Please reference Synopsis No. 11 on both mailing envelope and the enclosure. CITE: (I-359 SN015413) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 SUBJECT: F--DRIFT DISPOSAL-LANDFILL SOL DACW51-97-T-0017 DUE 012297 POC Mabel Thompson, Specialist Contract, 212-264-9118. DESC: The Contractor will remove approximately 500 short tons of debris Currently stored on the NY 48 & NY 49. which are anchored off Caven Point Termainal, Foot of Chapel Avenue, Jersey City N.J. The contractor shall dispose of a minimum of 50% of the debris by recycling, 100% of the debris may be recycled. The contractor must assure compliance with Appropriate Federal, State and/or local regulations and obtain the appropriate authorization and permits at his/her expense. Solicitation DACW51-97-T-0017 will be available to the first 15 requestors. Please include your taxpayer ID number. SIC #4953 S CITE: (I-358 SN015013) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Richard L. Roudebush VA Medical Center (90C), 1481 West Tenth Street, Indianapolis, IN 46202 SUBJECT: J--MAINTENANCE OF CT SCANNER SOL 583-49-97 DUE 021897 POC Craig Earles, Contracting Officer DESC: Furnish all necessary labor, materials, parts and glassware to provide full maintenance service for a Picker PQ2000 CT Scanner for the period 3/1 97 through 9/30/97 with two (2) one-year renewal options. SIC Code 7629 applies. Solicitation packages will be available on/about 1/17/96 with bid opening scheduled 30 days after issuance of solicitation. Solicitation requests must be made in writing or faxed to the Contracting Officer at 317/267-8700. All responsible sources may submit a bid which shall be considered by the VA. CITE: (I-358 SN015007) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 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--REPAIR/OVERHAUL OF CH-47D WRENCH ASSEMBLY SOL DAAJ09-97-R-0195 DUE 011797 POC Shirley Trotter, Contract Specialist, AMSAT-A-PNBA, (314)263-0622 or Robin M. Hadlock, Contracting Officer, AMSAT-A-PNBA, (314)263-0626 DESC: The contractor shall furnish all depot level labor, facilities, tools, test equipment and materials to accomplish repair/overhaul of CH-47D Wrench Assembly, Input/Output NSNs/Part Numbers (P/Ns): 4920-01-232-7706, PD1220B, Quantity: Minimum 7 each, Maximum 26 each (includes 2 each Foreign Military Sales (FMS) requirement). The Government does not possess a Depot Maintenance Work Requirement (DMWR) or any technical data for this item. The approved sources are Boeing Defense and Space Group, Helicopters Division, Ridley Park, PA, Industrial Tool Division, Bidwell Industrial Group, Inc., 2055 South Main Street, Middletown, CT 06457, and Raymond Engineering, Inc., Power-Dyne Division, 217 Smith Street, Middletown, CT 06457-1739. CITE: (W-358 SN015028) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of the Army, US Army Engineer District, Buffalo, 1776 Niagara Street, Buffalo, NY 14207-3199 SUBJECT: J--DRYDOCK AND REPAIRS TO TUG CHERAW, TUG CHETEK AND DERRICKBOAT MCCAULEY - BUFFALO, ERIE COUNTY, NEW YORK SOL DACW49-97-B-0011 DUE 020697 POC Contact Point, Richard W. Reffner, Contract Specialist, (716) 879-4250 DESC: Work consists of, but is not limited to, furnishing all plant, labor, material and equipment necessary to drydock and repair, Tug Cheraw, (Dimensions: Length overall - 108'5", Beam - 30'6", Draft - 14'), Tug Chetek, (Dimensions: Length overall - 108'5", Beam - 30'6", Draft - 14') and Derrickboat McCauley, (Dimensions: Length overall - 112', Beam - 52', Draft - 3'4"). Work to consist of drydocking, inspection of sea valves, stern tube, and rudder; sandblasting of bumpers and bumper brackets, and cleaning and painting of hull. SIC CODE: 3731 CITE: (I-359 SN015241) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: J--MAINTENANCE, REPAIR AND REBUILDING OF EQUIPMENT!! SOL F48608-97-R0003!! DUE 032597 POC Mrs. Maryjane Hernandez, 307-775-4739, Contract Specialist!! DESC: Sources are being sought for Precision Measurement Equipment Laboratory (PMEL) contract services to include operation, management, testing, calibration, repair, modification, certification, and maintenance on all assigned equipment and test equipment. Operation of the PMEL shall be of such quality as to provide the professional level, calibration, certification and/or repair required to assure prescribed accuracy, tractability and reliability of all Test Measurement and Diagnostic Equipment. Services shall be provided for F.E. Warren AFB including tenants and other off-base activities receiving support. Sources interested are requested to submit their request no later 15 Mar 96. The method of procurement is by Technically Acceptable Low Price. This procurement is restricted to 100% small businesses. Telephonic requests will not be honored, written requests only.***** CITE: (W-359 SN015342) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: J--COMPUTER INTERFACE SOL F09603-97-Q-41009 DUE 021397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Jerry Brown/Lkka/[912]926-9106 DESC: Subject solicitation is initiated to obtain a one-time depot level repair contract for Loral/Rolm Inc Commercial-Off-The-Shelf (COTS) computer/peripheral equipment. Simplified Acquisition Procedures (SAP) apply in accordance with FAR part 13. To obtain a copy of solicitation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 14 Feb 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. 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. CITE: (I-359 SN015367) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: J--HARDWARE, SOFTWARE & NETWORK SUPPORT SOL N00406-97-Q-0815 DUE 011597 POC R. O'Donnell DESC: Provide the following service for Puget Sound Naval Shipyard, Bremerton WA 98314. Jan 16 1997 thru Jan 15 1998 maintenance for government owned hp9000 model T500 server and periphals hewlett packard product number H5355A service to include all parts, labor and travel, portal to portal 8AM - 8AM 7 days a week including holidays response time 0-4 hours. Contractor personnel must be U.S. citizen to perform at PSNS. Anticipated award date is 97 Jan 16. To be procured under simplified acquisition procedures. Notes 22 apply This is restricted to Hewlett Packard. All responsible sources may submit (offer/bid/quotation) which shall be considered by Fleet and Industrial Supply Center Puget Sound. Telephone requests will not be honored. Fax requests will be honored and should be made to (360) 476-2931 CITE: (I-359 SN015417) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Maryland Health Care System, A&MM Service, VA Medical Center, P.O. Box 1000, Perry Point, MD 21902 SUBJECT: J--SIEMENS ANGIOKOP EQUIPMENT SOL RFP 512(P)-11-97 DUE 021797 POC Jackie Langrehr, Contract Specialist, 410-642-1048 DESC: Provide full service maintenance for Seimens Angiokop equipment located at the VA Medical Center, 10 N. Greene Street, Baltimore, MD for the period April 1, 1997 through September 30, 1997 with three one year options for renewal. RFP 512(P)-11-97 shall be issued on or about 1/17/97. All requests for solicitation documents must be made in person or by writing Contracting Officer (90C), VA Medical Center, P.O. Box 1000, Perry Point, Maryland 21902 or fax 410-642-1102. No telephone requests will be honored. Proposals are due Close of Business (4:30PM local time) 2/17/97. CITE: (I-359 SN015425) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: J--MAVERICK, AGM/TGM-65 D/F/G SOL F42630-97-R-BBBBK POC For copy, Lt Richard Wells/Likm/[801]777-6402, For additional information contact Lt Richard Wells/Likm/[801]777-6402 DESC: The following information is provided to do a Market Survey of Industry to determine potential contractors, in addition to Hughes Missile Systems Company (HMSC) and Raytheon, who have the knowledge and skills required to successfully complete this effort. This contracting effort is for the Maverick AGM/TGM-65 D/F/G Guidance and Control Section Interim Depot Level Maintenance to test and repair these missile systems. The AGM/TGM-65 D/F/G is an infrared guided, rocket propelled air-to-ground missile developed for use against small targets such as tanks, armored vehicles and Surface-to-Air Missile (SAM) sites. The level of effort for this contract is best described as a systems level contract, with the provider of this effort providing complete systems testing, repair, and return to government inventory of the Guidance and Control Sections (GCS). Therefore, the government is in the process of preparing a Justification and Authority (J&A) to proceed with a limited sources acquisition to HMSC and Raytheon. The AGM/TGM-65D/F/G Interim Depot Level maintenance and repair acquisition includes: providing test and repair of the GCS in two phases including: the diagnostic teardown and the repair of the GCS. The AGM/TGM-65D/F/G missile GCS's will be provided by the government to the contractor. The Air Force has not made a final determination as to the total numbers that will be produced, but estimates the number of missiles to be tested and repaired to be between 200 to 600 annually and anticipates including options/quantity ranges in this requirement. Additionally, the successful system contractor must have the following in-plant capabilities in order to perform the proposed effort: a. GCS purge, fill and leak test, b. Circuit card functional test capability, c. Guidance and control section (GCS) functional test capability, d. Sensor assembly test, e. Seeker head static balance, f. Weight and center of gravity of measurement, g. Explosive hazard handling and storage facilities for 1.4S material, and h. Hazard handling and storage facilities for 2.2 material. HMSC and Raytheon are currently the only known qualified sources that possesses the ability and experience required to complete the AGM/TGM-65 D/F/G testing and repair. For this proposed contract action: AGM/TGM-65 D/F/G GCS test and repair efforts, the government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1. Potential offerors may identify their interest and capability to respond to the requirement. Potential offerors should submit their interest within 10 days after publication of this notice to OO- ALC/LIKM, Bldg 1215, 6050 Gum Lane, Hill AFB, UT 84056-5816, Attn.: 1st Lt Richard Wells or Linda Andrews. 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 firms listed. Requests for further information regarding this announcement should be directed to the Contracting Officer. No telephone or FAX requests. Only written requests received directly from the requester are acceptable. CITE: (I-359 SN015143) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: U.S. Department of HUD, Denver ASC, Salt Lake City Contracting Staff (8FAC), 257 East-200 South, Suite 550, Salt Lake City, UT 84111-2048 SUBJECT: P--APPRAISAL FIELD REVIEW SOL H08R97000430000 DUE 012796 POC Ms. Millie Egan, Contract Specialist, (801) 524-6019. DESC: This Request for Quotation (RFQ) will be issued as a written solicitation with an anticipated award date of 2-1-97. The Contractor is expected to perform appraisal field reviews of single family (1-4 unit) properties in the Sacramento HUD Office area of responsibility. The contract period is for one year with one additional option year. Bidders must comply with the State of California's appraisal licensing requirements. Solicitation requests will accepted via fax machine ay (801) 524-6701, Attention: Contracting Division. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note(s): 1. CITE: (I-358 SN015012) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: General Services Administration, Office of Equal Employment Opportunity, 18th & F Sts., NW., Rm. 5123, Washington, DC 20405 SUBJECT: P--EQUAL EMPLOYMENT OPPORTUNITY TRAINING SOL CAFP-96-0021 DUE 011497 POC Vivian P. Smith, (202) 501-2971, Contract Specialist. DESC: The General Services Administration, Office of Equal Employment Opportunity, 18th & F Streets, NW., Washington, DC 20405 intends to procure Equal Employment Opportunity (EEO) training courses under a Blanket Purchase Agreement in accordance with the Simplified Acquisition Procedures on a 100% small business set-aside basis. The service requires the contractor to conduct customized EEO training courses for employees, supervisors, managers and team leaders on the policy of the Government to provide equal opportunity in employment because of race, color religion, sex, national origin, age, disability or reprisal and to promote the full realization of equal employment opportunity through a continuing affirmative program in the General Services Administration. The anticipated period of performance is date of the award to September 30, 1997. The award will be based on source selection procedures. The Government will make award to the responsible offeror(s) whose offer conforms to the Request for Quotation (RFQ) and are most advantageous to the Government, technical factors and price considered. As the proposals become more equal in technical merit, the evaluated price will become more important, however, the Government reserves the right to make award to the offeror who provides reasonable expectation of superior technical performance, regardless of the offeror's price relative to other offerors prices. Your evaluation of the technical factors will be based on information in your proposal that offers the greatest value to the Government. Your response to each technical factor must document specific competencies. Failure to respond to the specific technical factors will preclude determining your technical capability. The contractor must also provide us with a separate price for two, eight (8) hour training sessions, for no more than 30 persons at a time. The first session will occur, during the month of February 1997 and the second session will occur during the month of April 1997. Failure to submit all of the above requirements will result in a rejection of your RFQ. For technical questions contact James Taylor on (202) 501-3852. Firms requesting a copy of the RFQ must identify RFQ CAFP-BPA-97-00023. Point of contact for a copy of the RFQ is Vivian P. Smith on (202) 501-2971. TELEPHONE REQUESTS WILL NOT BE ACCEPTED. Facsimile request will be accepted on (202) 501-1489. The SIC code is 8322. The closing date is January 14, 1997. Quotes received after the closing date will not be considered by the Government. CITE: (M-359 SN015313) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: P--DISPOSAL OF NOAA SHIP DAVIDSON SOL 52ABNA700042 DUE 021496 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: Government seeks contractor for the scrap/re-use, HAZMAT remediation, certification and disposal of NOAA ship DAVIDSON. Ship is 53 meters long and currently located in Seattle, WA. All responsible offerors will be considered. CITE: (I-359 SN015350) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: P--DISPOSAL OF NOAA SHIP DISCOVERER SOL 52ABNA700043 DUE 021496 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: Government seeks contractor for the scrap/re-use, HAZMAT remediation, certification and disposal of NOAA ship DISCOVERER. Ship is 92 meters long and currently located in Seattle, WA. All responsible offerors will be considered. CITE: (I-359 SN015351) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: P--DISPOSAL OF NOAA SHIP SURVEYOR SOL 52ABNA700038 DUE 021496 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: Government seeks contractor for the scrap/re-use, HAZMAT remediation, certification and disposal of NOAA ship SURVEYOR. Ship is 90 meters long and currently located in Seattle, WA. All responsible offerors will be considered. CITE: (I-359 SN015354) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, A&MMS (90C), 3600 30th Street, Des Moines, Iowa 50310 SUBJECT: Q--EMG TESTING SOL 555-18-97 DUE 021297 POC Connie Mabley, Contracting Officer, 515/271-5886 DESC: Contractor shall provide board certified or board eligible physiatrist to perform electromyography, nerve conduction, velocity/latency motor studies and electrodiagnostic testing for eligible veteran patients referred by primary care physicians, orthopedic surgeon or other staff physician. Contractor's employee(s) shall meet the required credentialing review and privileging process and any drug testing for the VAMC. CITE: (I-359 SN015409) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: R--GBU-27 SOL F42630-97-R-20726 DUE 021297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Provide support for GBU-27 operational evaluations. To include all required reports and data. Period of performance thru 12 months ARO. The approximate issue/response date will be 13 Jan 97. To: Texas Instruments Inc, . 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-359 SN015141) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: R--CALIBRATION FACILITY PROGRAM SOL F42630-97-R-25533 DUE 021297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Dennis Price/Likl/[801]777-6314 DESC: Provide contractor support for the Air Force Command Calibration Facility Program. Work shall be accomplished IAW Appendices A and C. Contract coverage is for basic year and three option years, plus a basic year and three option years for each site. To include all required reports and data. Place of performance: WPAFB OH and Molesworth, UK The approximate issue/response date will be 13 Jan 97. To: Eastman Kodak Co Govt Systems Div, Rochester Ny 14653-7219. 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-359 SN015142) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: R--SUPPORT SERVICES SOL RFQ 97-2303 DUE 012197 POC William D. Privott, Contracting Officer, (757) 441-6561/Linda Jacbos, Contract Specialist, (757) 441-6563 DESC: Provide support and report to the Director in providing export assistance programs and services to the local business community in and around Richmond, Virginia for the period January 15, 1997, or date of award, whichever is later, thru September 30, 1997. Contractor shall provide the following: Research databases and other electronic media to support trade professionals in preparation of market research statistical/data reports and compilations portraying export potential for industry sectors, sub-sectors, and/or specific U.S. companies. Source data is available from hard copy reports and data bases. Develop charts and tables via manipulating, formatting, and printing economic/trade data and statistics contained in the National Trade Data Bank, Census ppublications, and other data bases and sources. Assembles, packages and distributes data compilations and information on export assistance programs and services available from the Commerce Department and other agencies. Conduct electronic/multimedia basic research on a case-by-case basic in response to export-related needs/interests of specific U.S. companies, trade associations, chambers of commerce and/or other entities. Performs LAN Oversight. Must be proficient and familar with: LOTUS 123/LOTUS Notes, Word Perfect/Windows, PC Anywhere, Harvard Graphics, WAN/LAN Systems Software. Place of Performance is U.S. Department of Commerce, ITA, Richmond District Export Assistance Center, 704 East Franklin Street, Suite 550, Richmond, VA. Estimated level of effort is 1,480 man hours. The contractor shall work 40 hours per week, 8:30 A.M. to 5:00 P.M., Monday through Friday except Federal holidays. Compensation will not be provided for absences due to sickness or other purposes. The applicable SIC code for this requirement is 7299. This is a 100% Set Aside for Small Business. All responsible sources may submit a offer which shall be considered by the agency. Award will be made to the lowest responsible, responsive offeror who can meet the specific requirements contained in the solicitation and is most advantageous to the government considering technical requirements and price related factors. Copies of the solicitation will only be provided in response to written or faxed requests received directly from the requestor. Telephone requests will NOT be honored. Requests for copies of the solicitaiton may be faxed to (757) 441-3786 or 3735. Numbered Notes 1 and 26 apply to this requirement. EMAILADD: Linda.L.Jacobs@NOAA.GOV EMAILDESC: e-mail CITE: (W-359 SN015149) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 adress were not delivered. No information will be provided from this e-mail address at this time. EMAILADD: /s=nrrs/ou1=w01b@mhs-fswa.attmail.com EMAILDESC: CITE: (W-359 SN015150) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 7100 Defense Pentagon, 1E1019, Washington DC 20301-7100 SUBJECT: R--INTERCEPTOR TECHNOLOGY SCIENTIFIC, ENGINEERING AND TECHNOLOGY ASSISTANCE (SETA) SERVICES SOL HQ0006-97-R-0002 POC POC: Ann Terry, (703) 604-4459, CBD Reference Number: BMDO 97-08. DESC: The Ballistic Missile Defense Organization (BMDO) Sensor and Interceptor Technology Directorate intends to issue a Request for Proposal to obtain Scientific and Engineering and Technical Assistance concentrated in the following four functional areas for interceptor technology: (1) Program Management and Integration: Program planning and definition, coordination/interface with agencies and offices (BMDO internal, other domestic and foreign) on technical, programmatic and administrative matters, individual program analysis, problem identification and recommendations, impact analysis (environmental, other BMDO programs, contractual changes, etc.) and treaty compliance, program progress reports/briefings and program reviews, integration analysis and recommendations, documentation of program data and development of Memoranda of Understanding (MOUs) and Data Exchange Agreements (DEAs), international cooperative technology efforts and agreements, dissemination of information, technical administrative support and provision of conference/meeting facilities, 2) Technology Readiness: Maintaining awareness/working knowledge of interceptor technologies (BMDO and other agencies, countries), technologies assessments and impact analyses (impact on BMDO programs and on other agency programs), emerging technologies selection plans, technology enhancements, system improvements system/component integration, shared technology development opportunities, interceptor technology design, development and fabrication, development of tools to support evaluation of technologies interface, technology integration and coordination between BMDO core program offices (THAAD, PAC-3, etc.) and the interceptor component offices, (3) Experiments/Tests: System engineering and analyses to determine experiment/test requirements, experience/test objectives definition, mission planning, risk plans/risk reduction, test plans and procedures, flight test software, command/test data ground stations and test facilities, ground and flight test planning (based on mathematical models and simulations) and conduct for components, systems and system integration, safety plans and risk reduction recommendations, target planning and conduct, test operations and validation, development of software and databases for experiment/test data collection/analysis of data, and 4) Special Studies and Analyses: System effectiveness/impact studies, architecture system integration studies, and performance studies. To perform this effort, the contractor must have expertise in the following 8 technical areas: 1) LADAR, (2) Seekers, (3) Propulsion, (4) Processors, (5) Lethality, (6) Communications, (7) Unmanned Aerial Vehicles (UAVs), and (8) Materials & Structures. A Cost-Plus-Fixed-Fee IDIQ Task Order contract is contemplated covering a base period of 2 years, with three 1 year options totaling a maximum of 5 years. The current estimate for level of effort is within the range of 20 to 60 man-year for the base period and 10 to 30 man-years for each one year option. Contract award is planned for August 1997. Both large and small business, as defined in Standard Industrial Classification (SIC) Code 8711, Engineering Services (Military and Aerospace Equipment and Military Weapons): Size Standard: $20.0M, are invited to submit proposals to the address below in response to request for proposal. The Government intends to post information related to this procurement on the BMDO Acquisition Reporting Bulletin Board (BARBB). Interested parties may gain access to the BARBB by dialing (703) 769-8394. Callers should be prepared to provide the following information in order to log on to the BARBB for the first time: Full name, Company name, Company address, Phone number, FAX number, CAGE code, Type of business, (large, small, SDB, women-owned, etc.) For technical assistance in gaining access to or using BARBB, call the system operator, Mr. Jim Helm at (703) 486-3266, extension 358. Interested parties may send requests to be placed on the Bidder's List within 30 days of this notice referencing solicitation HQ0006-97-R-0002, Reference Number BMDO 97-08 to Ms. Anne Terry, Ballistic Missile Defense Organization (BMDO) BMDO/DCT, 1725 Jefferson Davis Highway, Suite 1200, Arlington, VA 22202. For questions regarding this announcement, contact Ms. Terry at (703) 604-4459. See Numbered Note(s): 26. CITE: (I-359 SN015289) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S.Department of Energy, Document Control Specialist, P.O. Box 2500, Washington, DC 20013 SUBJECT: R--PROVIDE Q-CLEARED INDIVIDUAL TO PREPARE SUMMARY REPORTS FROM MINUTES AND OTHER PRESENTATION MATERIALS SOL DE-AF01-97DP00145 POC Mary L. Wideman, Procurement Analyst, (202) 634-4595, Michael B. Raizen, Contracting Officer, (202) 634-4595. DESC: The United States Department of Energy intends to acquire the services of a Q-cleared individual to provide for meeting support (520 labor hours). This support is to include preparation, compilation and edition of meeting minutes and other support documentation from several meetings previously conducted by the National Academy of Science (NAS) review group for the inertial confinement funsion (ICF) program. This group is made up of subject matter experts that reviewed the ICF program via participant presentation on the status of certain ICF activities. The objective of the NAS review group was to determine the scientific and technical readiness of the National Ignition Facility project and to evaluate the capabilities of the ICF program to support the science-based Stockpile Stewardship program. An individual is required for the proposed work that is a subject matter expert and that is uniquely qualified to understand the technical nuamces and who could provide proper characterization and emphases. The proposed award is for services for which the Government intends to solicit and negotiate with only one source (Interscience, Inc. of Troy, NY) under Authority of FAR 6.302-1. This notice of intent is not a request for Competitive Proposals. 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 for the purpose of determining whether to conduct a Competitive Procurement. See Numbered Note(s): 22. CITE: (I-359 SN015290) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Contracting Officer (670/90A) VA Medical Center 800 Irving Avenue Syracuse, NY 13210 SUBJECT: R--TRANSCRIPTION SERVICE SOL RFP 670-21-97 DUE 013197 POC Contracting Officer David Evangelista 315-477-4507 DESC: Provide comprehensive transcription service for the Upstate NY VA HealthCare Network. Contractor will provide an "800" number for VA physicians to access dictation equipment. All phone charges will be borne by the Contractor. The Contractor is required to return STAT dictations within two hours of receipt, other reports vary in time from six hours to thirty-six hours. The Contractor must provide 24 hour, seven day access into the dictation system for all physicians. Work shall be accomplished Monday through Saturday from 7:00 am through 10:00 pm Eastern time. The Contractor shall have the ability to transmit all transcribed reports either into the DHCP system for upload, or, into a PC for review and upload by VA personnel. The method of transmission may vary from one access point to another. The estimated total line count for this contract is approximately 7,500,000 lines. The term of the contract will be April 1, 1997 (or date of award, whichever is later) through March 31, 1998 with four, one year options to extend. The access points currently active in the network (11 locations) will be phased into service by the Contractor beginning on the date of award and ending October 1, 1997. SIC code 7338 applies. All requests for this solicitation must be in writing, no telephone requests will be honored. Requestors may mail or fax requests (315-477-4509). All requests must include Company name, point of contact name, telephone number, fax number, company address. CITE: (I-359 SN015298) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: R--WIND TUNNEL SUPPORT SERVICES SOL F33601-96-R-9074 DUE 012397 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: J Rarick/PKWOV/937-257-5845 Fax No 937-257-3926. DESC: Period of Performance is 01 Apr 97 - 30 Sep 97. Four one-year options may be awarded. This solicitation is for contractor provided personnel, equipment, tools, materials, supervision, and any other on-site services necessary to support the test facilities managed by the Experimental Operations Branch (WL/FIMO) of the Aeromechanics Division (WL/FIM), Flight Dynamics Directorate (WL/FI), Wright Laboratory (WL), at Wright-Patterson Air Force Base, OH. Proposed procurement has been established as SMALL BUSINESS SET-ASIDE. Applicable SIC CODE is 8731 (1,000 employees or less during past 12 months). Potential contractors who did not submit their company name during the Sources Sought Synopsis (issued in CBD on 9 Oct 96) may be added to the Source List by written request either faxed or mailed to the buyer Mrs. Jean Rarick, ASC/PKWOV; 1940 Allbrook Dr., Suite 3, Wright-Patterson AFB OH 45433-5309 (FAX NO: 937-257-3926). This solicitation will be issued approx 97 Jan 23. All responsible sources may submit a bid, proposal, or quotation which shall be considered. No tel requests. Only written or faxed requests received directly from the requestor are acceptable. Direct all requests for solicitation and routine communication concerning this acquisition to Jean Rarick, Contract Specialist, 937-257-5845, Ext 4229. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 1. CITE: (I-359 SN015308) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: R--HUSBANDING SERVICES SOL N00189-97-R-0011 DUE 013197 POC Lt Colin Carrell, Contract Specialist (757) 445-7650; OR Paulette Spruill, Contracting Officer (757) 444-4006 DESC: Husbanding Services: The Government will require a Husbanding Agent to provide Port Services in Colombia. The Agent will be responsible for arranging and managing services which will be outlined in Section "B" of the Solicitation. The services are required at the port of Cartagena to support various types of U.S. Navy and Coast Guard vessels. The majority of the requirements will come from the group of vessels involved in the UNITAS operations. However, other ship visits (either group visits or single ships) may also arrive in port during the duration of the contract. U.S. Navy and Coast Guard vessels covered under this contract include small crafts (Class I ships with 40 crewmembers or less), Class I Submarines and vessels with more than 40 crewmembers, Class II, III and IV Surface vessels and Class V Aircraft Carriers. The amount of services required is dependent upon the services that may be required which will be outlined in the Solicitation. The Contractor shall assist with any official requirements of the ship associated with its port visit as required by the Commanding Officer or Supply Officer. The Contractor will be required to provide the following services: (1) Preliminary arrangements of a forthcoming ship visit by a U.S. Vessel from the U.S. Defense Attache Office (USDAO) with Port Authorities and Others; (2) Initial boarding - board each ship upon arrival or soon thereafter; (3) Communications - ensure prompt exchange of information between the Agent and the Ships; (4) Pre-Sailing visits - schedule a visit to the ship one day prior to its sailing; (5) Pilots, Tugs, Linehandlers and Berthing Services; (6) Cargo Lighterage/Drayage Services; (7) Brows (Gangways) services; (8) Crane services (Shore and Floating); (9) Trash Removal; (10) Collection, Holding and Transfer Tank (Sewage Removal); (11) Fresh, Potable Water; (12) Water Taxi Service; (13) Vehicle Rentals; (14) Provisions; (15) Telephone services; and Other Miscellaneous Services as needed and as outlined in the Statement of Work (SOW). Services are to commence in the Foreign Port of CARTAGENA, COLOMBIA, on or before 14 June 1997 and continue until 13 June 1998. This is a follow-on to contract N00612-94-D-0180 awarded by FISC Charleston, SC. The current contract is due to expire 13 June 1997. A Firm Fixed Price Requirements type contract will be awarded for a Base year, plus four (4) one-year options. All responsible sources may submit an offer which shall be considered by the agency. Request for solicitation must state that neither the requestor nor principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to so represent will be grounds for refusing the request. Reference RFP (N00189-97-R-0011) when requesting a copy of the solicitation. FAX (757) 445-1761. Others wishing to download the solicitation package should log-on to the Contracts Division's Automated BBS at (757) 445-1930 using (N, B, 1 AT 9600 BAUD). Specific questions concerning utilization of the BBS should be directed to the Sysop at AT (757) 445-4516. Submit written requests to the Fleet and Industrial Supply Center, Norfolk Acquisition Group, Hampton Roads Detachment, 1968 Gilbert Street, Suite 600, Attn: Bid Clerk, Code 200C, Norfolk, VA 23511-3392, FAX (757) 445-1761. CITE: (W-359 SN015311) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244 SUBJECT: R--ADMINISTRATIVE SUPPORT SERVICES SOL S-OPRAQ-97-R-0606 DUE 022197 POC Contact Nicholas Dinkel, Contract Specialist, 703/875-6843; or Edna D. DESC: The Department of State intends on issuing a solicitation for administrative support services, ranging from analysis to data entry, as a Small Business Administration 8(a) competitive procurement. The services will provide for Administrative Assistants, Data Entry Clerks, Information Receptionists, Technical Writers, Program Analysts, Procurement Coordinators, Financial Analysts and a Project Manager. The place of performance will be at various Department of State locations throughout the Washington, DC metropolitan area and Warrenton, Virginia. It is anticipated that the resulting contract will provide for a Base Year from August 1, 1997 through July 31, 1998 with four one year option years. Written requests for a copy of the solicitation should be submitted to the above address. Only written requests will be honored. Offers from concerns other than small disadvantaged businesses will not be considered CITE: (W-359 SN015312) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Patent and Trademark Office, Office of Procurement, 1 Crystal Drive, Crystal Park Building 1, Suite 810, Arlington VA 22202 SUBJECT: R--COPY SALES SUPPORT SERVICES SOL 52-PAPT-7-00004 POC Dora Sanders, Contracting Officer/Contract Specialist, 703-305-8465; David J. Zelnick, Contracting Officer, 703-305-8068. DESC: The Patent and Trademark Office (PTO) located in Crystal City, Arlington, Virginia anticipates entering into a five year (base and four options) fixed unit price/cost plus award fee/requirements contract for Copy Sales Support Services. This acquisition is a full and open competition. Interested offerors should request a copy of the solicitation as expediously as possible since the solicitation will be issued without further notice. The Standard Industrial Code (SIC) is 7363. Only written requests for the solicitation are acceptable. Under this acquisition, the Contractor shall provide a staff of qualified personnel to support the copy sales support and customer services requirements: initial reception, processing, tracking/control and document distribution for orders for copies of issued patents and trademarks and other available documents and information; retrieval and reproduction of printed copies from a variety of locations and sources, maintenance of source document files, operation of all equipment used in order reception, processing, control, copy reproduction, and distribution; operation of a public service facility; maintenance of Government Funrished Equipment and customer services. The solicitation requirements for proposal preparation are a written proposal and oral presentation. A pre-proposal conference is planned. A copy of the solicitation may be requested in writing to the issuing office, or by facsimile at (703) 305-8294. Interested parties should refer to the solicitation number, and provide company name, address, point of contact, phone number,and FAX number. The point of contact for all information regarding this acquisition is Dora Sanders at (703) 305-8465. CITE: (I-359 SN015321) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Defense Supply Service--Washington, 5200 Army Pentagon, Washington, DC 20310-5200 SUBJECT: R--ARMY CAREER AND ALUMNI PROGRAM/JOB ASSISTANCE CENTERS (ACAP/JAC) SOL MDA903-91-C-0179 POC Ms. Zalerie Moore, Contract Specialist, (703) 695-2563; Ms. Kathy Dobeck, Contracting Officer, (703) 695-2562. DESC: Defense Supply Service--Washington on behalf of the Total Army Personnel Command (PERSCOM) in Alexandria, Virginia intends to execute a "Bridge Modification" under contract MDA903-91-C-0179 to EXTEND the period of performance from 7 May 1997 to 7 September 1999. Pursuant to FAR 6.302-1, the cost-plus-fixed-fee contract modification will be negotiated with one source, Resource Consultants Inc. (RCI), 1960 Gallows Road, Vienna, VA 22182-3859. The period of performance will be for one year, with four, four (4) month option periods. The contract modification extension will allow for the provisioning of Defense and other federal agencies' job assistance services and transition services to military service members, Government employees, and their family members. The extension will provide the means for continued staffing, managing and operations of existing JACs, In-service transfers, Transition Centers (TCs), and ACAP. The specific services, management oversight, and logistical support that will be required under the extension include: (1) Job assistance, transition assistance and processing, in-service recruiting (active and reserve) for transitioning personnel, and counseling; (2) Marketing the ACAP/JAC program to transitioning personnel; (3) Accountability, maintenance and repair of Government Furnished Property, to include automation equipment; (4) Replacement of obsolete or unserviceable automation equipment, office equipment, and office furnishings; (5) Providing transition services to military personnel retiring or separating from overseas locations. This notice of intent to issue a CONTRACT MODIFICATION is NOT A REQUEST FOR PROPOSALS, though any capability statement received within forty-five (45) days after date of publication of this synopsis will be considered by the Government. See Note 22. CITE: (M-359 SN015323) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Nuclear Regulatory Commission Divison of Contracts, Attn: Donald A. King, 7I2 TWFN, Washington, DC 20555 SUBJECT: R--VERBATIM STENOGRAPHIC REPORTING AND TRANSCRIPTION SERVICES SOL RS-SEC-97-136 DUE 020397 POC Room 301/415-7427. Only written or faxed RFP are accepted. Fax: 301/415-8157. Contract Specialist: Donald A. King, 301/415-6731 DESC: 17. The contractor shall provide verbatim stenographic reporting, transcription, and real-time translation services for the Nuclear Regulatory Commission meetings which are conducted in the Washington, D. C. metropolitan area. The Commission has averaged approximately 100 meetings per year during the past several years. The period of performance is 36 months with one 12 month option period. The proposed action is a 100% small business set-aside. The SIC Code for this solicitation is 7338. The size standard for this solicitation is average annual receipts not to exceed 5 million dollars over the past three years. Copies of RFP RS-SEC-97-136 will be issued on or about January 14, 1996. All interested firms should submit written requests for RFP-SEC-97-136 to the U.S. Nuclear Regulatory Commission at the address as shown above. Telephone requests will not be honored. Closing date for proposals is 20 days after issue date of solicitation. CITE: (I-359 SN015408) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R--REPORT - PRIMARY HEALTH CARE SETTINGS SOL HRSA-BPHC-97-B30770 DUE 011397 POC Alexandra B. Garcia DESC: The purpose of this procurement is to support the development and preparation for dissemination of a report containing specific recommendations applicable to primary health care settings based on the resulsts of the December 1-5, 1996, 10th Annual Counseling and Treating People of Colour Conference. According to the Simplified Acquisition Procedures in Part 13 of the Federal Acquisition Regulations, the Health Resources and Services Administration intends to negotiate on a sole source basis with Ms. Frances Brisbane, 53 Rustic Avenue, Medford, NY 11763. Ms. Frances Brisbane is deemed the only responsible source capable of providing the required work and services. The period of performance is three months. A Justification for Other than Full and Open Competition is on file. The award shall be made using simplified acquisition procedures. See Note(s): 22. CITE: (I-359 SN015428) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Office of Justice Programs, Contracts Branch, Room 542 633 Indiana Avenue, N.W., Washington, DC 20531 SUBJECT: R--SOLE SOURCE PROCUREMENT TO PROVIDE CONSULTING SERVICES TO THE OFFICE OF JUSTICE PROGRAMS. SOL OJP-97-R-005SG POC Shirley Green, Purchasing Agent, (202) 307-0992 or Robyn Dyson Towles, Chief Contracting Officer, (202) 616-9226. DESC: The Office of Justice Programs (OJP) intends to acquire consulting services on a sole source basis using simplified acquisition procedures from Novell Inc. to assist the agency in the upgrade to NetWare 4. The contractor will be required to review the agency's NetWare and GroupWise environment and develop design documents for and a migration plan for NetWare 4 to GroupWise. In addition, the contractor will be required to perform the following specific tasks: Examine the current NetWare environment to include, Server configuration, Client configuration, LAN and Wan Topology; Examine the current GroupWise environment to include, Post Office configuration; Develop NetWare 4 design and migration plan to include NDS Tree design and Time synchronization. Novell is the developer and manufacturer of NetWare and subsequently is the best source of information regarding the product and can provide the best assistance to customers in the migration and implementation of NetWare. This is not a request for competitive proposals. Simplified Acquisition Procedures will be utilized in this procurement. Any firm desiring consideration must submit documentation which demonstrates its technical capability to perform this requirement. All responses will be considered. CITE: (I-359 SN015432) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: U.S. Postal Service, Room 4541, 475 L'Enfant Plaza West, S.W., Washington, DC 20260-6237 SUBJECT: R--PREQUALIFICATION FOR THE TRANSIT TIME MEASUREMENT SYSTEM (TTMS) DUE 013197 POC Paul R. Courtemanche, Contracting Officer (202) 268-5752 DESC: Sources Sought/Supplier Prequalification for the Transit-Time Measurement System (TTMS). The U.S. Postal Service (USPS) wishes to prequalify sources to develop and implement the TTMS. The purpose of the TTMS is to measure service performance, externally and independently, from point of USPS entry to in-home delivery (addressee) for several classes of mail, including, but not limited to, First-Class and Priority Mail. A variety of periodic and adhoc reports will be generated to help identify service problems so that corrective actions can be taken. Interested companies seeking to be prequalified must provide in their response: (1) Experience in similar or related projects including quality processes, with references and contacts. (2) Organizational history and capabilities statement which must be of nationwide scope. (3) The accomplishment level, education and experience of key personnel must be listed. Prequalification does not constitute a contract award. It is a business decision of the Contracting Officer to prequalify and is not subject to legal recourse available to disappointed offerors when they seek USPS contracts. It is the intent of the USPS to award this contract using the prequalified vendors. The USPS will review current and past performance on similar contracts, corporate history and capabilities statements, quality assurance procedures and capabilities and experience on similar large scale projects, key personnel qualifications and other pertinent information provided by the interested parties/organizations. Upon completion of this review, all companies responding to this announcement will be notified of the USPS' decision. Please submit all responses in writing. The due date for submission of responses is Monday, January 31, 1997. CITE: (M-359 SN015278) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: National Imagery and Mapping Agency, 4600 Sangamore Road, Bethesda, MD 20816-5003 SUBJECT: R--SOURCES SOUGHT FOR GEOSPATIAL INFORMATION INTEGRATED PRODUCT TEAM'S (GI IPT) GEOSPATIAL INFORMATION INFRASTRUCTURE (GII) 2000 REQUIREMENT SOL NMA100-97-R-5034 POC Contracting Officer, Ms. Mary Ann Klaner (301) 227-2235 DESC: SOURCES SOUGHT - This initial annoucement provides overall background on this sources sought Geospatial Information Infrastructure (GII) 2000 requirement including reference to information contained on the GI IPT webpage. The GII 2000 requirement is being developed by the Geospatial Information Integrated Product Team (GI IPT), which is chaired by the National Imagery and Mapping Agency on behalf of the Defense and national security communities. In this announcement, we also are asking for industry comment on the first draft of evaluation criteria to be used in selecting candidate GII 97 solutions. The need for a Geospatial Information Infrastructure (GII) 2000 can be seen in the Defense Department's Joint Vision 2010 (JV 2010). JV 2010 talks about the need for interoberability, quick insertion of advanced technology through spiral development, greater reliance on commercial solutions and information superiority becoming the cornerstone of successful mission execution. GII 2000 takes JV 2010's conceptual template for achieving what it terms "full spectrum dominance" to the next logical level by developing the GII to include producing, managing and disseminaing geospatial information, and software tools needed by the customers to compose a common view of the mission space. In addition to supporting US Defense operations, we envision the GII as supporting a common view of the mission space that also is part of US foreign policy, and US National Security operations. The GI IPT has two deliverables due by October 1997. (1) A GII Master Plan-GII 2000 and Beyond: A business and investment strategy, which will describe the iterative implementation of the necessary business processes, cultural changes, and technology infusions needed for a GII to be successful. (2) GII 97, a demonstrable capability of the GII that includes many of the new business practices encouraged through a GII, and a suite of technology_predominantly commercial and nondevelopmental items_that enables a GII. It is our desire to incorporate the greatest input and participation from commercial industry and academia in a timely manner to support the development of both deliverables. The IPT selected the Open GIS Consortium, Inc., (OGC) of Wayland, MA to facilitate a process for commercial industry and academia involvement. Industry and academia participation in supporting the definition and implementation of the GII is of critical importance, as the IPT desires to take the greatest advantage of commercial and nondevelopmental items as makes sense. This announcement invites industry to participate in the GI IPT market research activity facilitated by the OGC. The OGC/IPT Task Force process will be the primary mechanism for this market research. The Government is using two methods to obtain information via the Task Force process: informal Government/Industry and academia interaction at Task Force meetings; and a formal consolidation of information submitted by industry and academia. Informatoin sought includes (1) technology component technical information, and (2) commentary and review of GI IPT products (i.e. the GII 2000 requirements document, and Master Plan drafts). The technology component technical information will form the basis of a technology matrix, which is meant to summarize the state of available commercial and nondevelopmental technology components matched to GII 2000 functional requirements. The GI IPT will iterate the GII 2000 requirements via the Master Plan drafts. Formal products from the Task Force_i.e. technology matrix, and commentary and review of GI IPT products_also will be iterated. Each iteration of the technology matrix also provides the GI IPT a baseline for commercial and nondevlopmental items available for use in GII technology capability demonstrations. Thus, the GI IPT strongly encourages all interested industry parties to become involved in the OGC/IPT process. Upcoming OGC/IPT Task Force meetings are tentatively scheduled for 13-15 January and 10-12 February in the Washington, D.C. area. Registration for these meetings_at no costd_is via the web at http://www.opengis.org/ipt/. The OGC/IPT process stresses joint government and industry involvement in the form of regular participation and dialogue. Those interested in participating may contact OGC representatives Messrs. David Schell and Louis Hecht by telephone: (508) 655-5858, fax: (508) 655-2237. The OGC mailing address is 35 Main Street, Suite 5, Wayland, MA 01778. Information on the OGC/IPT process is available on the World Wide Web at the GI IPT page http://164.214.2.57/ and the OGC web page http://www.opengis.org/ipt/. OGC's support to the GI IPT as the facilitator of industry/academia exchanges and consolidator of industry data from meetings and/or electronic transmission of requested information is accomplished on a non-filtered basis. The OGC will not be involved in any evaluation nor award decisions of industry proposals for capability demonstrations leading to GII 97. The first capability demonstration of a comprehensive GII will be GII 97. The GI IPT will solicit commercial and nondevelopmental items from the technology matrix for inclusion in GII 97. Because we desire to learn what a comprehensive GII provides and enables, we intend to solicit for these technologies in a holistic approach, that is, as GII solutions vice individual parts. Because of this approach, other requirements related to integration, cost, etc. will be requested. The Government anticipates evaluating and selecting multiple GII 97 proposed solutions. These candidate GII 97 solutions will be further tested and evaluated at the government's Geospatial Prototype Facility. The results of these tests and evaluations will support a Government decision for what the GI IPT declares as GII 97. For GII 97, the GI IPT is looking for commercial and nondevelopmental items that would, in combination, create a holistic GII technical solution. The following draft evaluation criteria will aid in determining which of the proposed solutions hold the greatest potential for satisfying the technical requirements of a GII 97. The GI IPT is seeking feedback from industry and academia on the understandability of the these criteria. Industry comments on the draft evaluation criteria are required by 5:00 p.m. EST 6 January 1997. They should be provided to the GI IPT via website page item: Evaluation Criteria Feedback, or faxed to NIMA Contracting Officer, Mary Ann Klaner (301) 227-2218 or 227-5573. The Government anticipates subsequent CBD notice in mid-January 1997 announcing this requirement under a Broad Agency Announcement (BAA) with proposals due approximately mid-March 1997. Pre-proposal type information will be provided during the January and February OGC/IPT Task Force meetings mentioned above. Please refer to the identified website pages for agenda information covering this topic. Draft Evaluation Criteria: GII 2000 Requirements satisfaction, i.e. the degree to which solutions have demonstrated satisfaction of GII 2000 functional requirements. Subcriteria include: (a) Information Production functional requirements for GII 2000. No evaluation of the proposal in this area will occur if the ability to produce any one of the following data types to stated accuracies is not provided: vector feature data, elevation data, controlled digital orthrectified image data, or precisely controlled digital stereo photogrammetric image data. Additional weight will be given to proposals that demonstrate an ability to provide minimum attribution, metadata and quality control, and output in widely accepted commercial standard formats as well as an ability to provide the data in currently accepted government formats: VPF for vector data, DTED for elevation data, CIB for controlled digital orthorectified image data, and DPPDB for precisely controlled digital stereo photogrammetric image data. (b) Information Management & Dissemination requirements for GII 2000. Additional weight will be given to proposals that describe the extent to which the proposed GII 97 technologies address IM&D issues presented in the issues section of the requirements document. Specific emphasis is placed on the following critical issues: (1) efficient metadata capture in the data production process to allow for production management, data maintenance and seam less access to frame work vector data at a tile, thematic and feature level [Note: The offeror should explain how their approach supports the following functions cataloging, storing, managing, searching, browsing, and retrieval of geospatial and imagery data.]; (2) tool selection and operational concept for assisting providers and users of geospatial information in the integration of disparate vector (different scales accuracies and topologies) and other data sets that are to be populated into the GII data bases. (c) Information Applications requirements for GII 2000. No evaluation of the proposal in this area will occur if the proposal doesn't satisfy at least 50 percent of the core application functional requirements. Additional weight will be given for proposals where greater than 50 percent of the core requirements, and some or many of the mission specific requirements are satisfied. (2) Systems engineering. The architecture and design of a group of interacting, interrelated, or interdependent elements that together form a complex whole, a "system." Security, integration, interoperability, ease of use, and work flow will be examined both individually and as they relate to the overall system. Subcriteria include: (a) Security - Extent to which the proposal demonstrates that the system can satisfy appropriate security directives for the security level of the data being used. [NOTE: If the proposal does not cover a complete system, but only a component or components of a system, then the proposal will be evaluated for the extent that the component(s) will not cause a system that satisfied a class of protection defined in the DoD standard to fail to be able to provide that class of protection.] Additional weight will be given to proposals that meet or exceed accepted DoD standard levels for data security. (b)Integration - The arrangement of components or systems in an architecture so that they function together in an efficient and logical way. At a minimum proposals should demonstrate the use of common services and standard interfaces, especially public API's. Greater weight will be given to proposals that comply or nearly comply with the integration requirements of DII COE level 5. (c) Interoperability - The ability of the system to provide services to and services from other systems, enabling them to operate effectively. At a minimum, the proposal should internally use consistent data formats. Additional weight will be given to systems that interoperate with one or more other systems, with the greatest weight given to systems that interoperate at the system and product levels with all other systems. (d) Ease of use - Human computer interface provides for ease of operation. At a minimum the proposal should have a graphical user interface (GUI). Additional weight will be given for proposals that comply with standard GUI interfaces such as Windows or MOTIF; for having on-line help files, useful error messages, and robust operation; and for complying with the HCI style guide requirements for DII COE level 5. (e) Work Flow - Addresses the number of steps required for process completion, the efficiency of those steps, and the flexibility of task completion. At a minimum it should not disrupt other automated or manual work flow. Greater weight will be given to proposals that provides multiple paths to accomplish end-to-end work flow by allowing user selection of appropriate sequences; allowing intelligent use of information for multiple processes; allowing for multiple collaborative users. (3) Component potential in an end-to-end solution - the potential for a partial GII solution (i. e., one that doesn't address all of the functional requirements areas_production, management & dissemination, and application) to replace, enhance or add value to a proposed whole GII solution, or combine with other partial solutions to form a whole solution. Subcriteria include: (a) Potential for component to add-value to a GII solution - Determination if the component technology would be a unique (not yet offered) functionality capability in a GII solution, or a unique approach to a functionality or capability already offered in a GII solution. This will be a go/no go decision. (b) Ability for component to be adaptive to a proposed GII solution - Greater weight will be given for proposals that have the ability to directly replace proposed fnctionality within one or more proposed GII solutions, possibly with minor integration work required. (c) Ability to create wholly new GII or partial GII solutions - Greater weight will be given to proposals that could be paired with other partial GII solutions in order to build a new whole or new partial GII solution, possibly with minor itegration work required. (4)Cost realism, life-cycle cost, clarity and completeness. The Government is interested in obtaining cost information at proposal state to include the cost of one year's lease or purchase of the technology demonstrated and the option cost for one to five quantity more to acquire if Government elects to purchase after successful demonstration. The Government also will entertain bailment agreements with the proposers for these solutions which meet the threshold for becoming candidate GII 97 solutions. "End of Evaluation Criteria". In an effort to optimize streamlined technical and business approaches, DoD Agencies have recently been delegated authority to conduct prototype development outside the normal constraints of the Federal Acquisition Regulation (FAR). NIMA is permitted to consider usage of "Other Transactions" authority of 10 U.S.C. 2371, "Section 845", Authority to Carry Out Certain Prototype Projects for this requirement. This authority will permit offerors to propose more flexible non-procurement arrangements including: Other transactions under 10 U.S.C. 2371: bailment, parallel or coordinated research, consortia agreements, joint funding, or non-Federal Acquisition Regulation contracts for Section 845 prototype agreements. NIMA currently has authority to consider offers under non-procurement assistance under the DoD Grant and Agreement Regulations (DGRS) for grants and traditional cooperative agreements in addition to the standard acquisition procurement FAR contracts, specifically Part 12, "Acquisition of Commercial Items", as deemed appropriate to the parties for this requirement. Interested parties are invited to visit our web site "Geospatial IPT Home Page" at http.//164.214.2.57/. All questions should be forwarded to National Imagery and Mapping Agency, Contracts in Support of Systems and Technology, ATTN: PCU/D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003, Attn: PCU, Ms. Mary Ann Klaner or faxed to (301)227-2218 or 227-5573. This announcement is not a request for proposals. CITE: (I-359 SN015282) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: U.S. Department of Agriculture, Food and Consumer Service, Contract Management Branch, Room 914, Alexandria, VA 22302 SUBJECT: R--TRACKING OF PUBLIC SERVICE ANNOUNCEMENTS POC Steve Crotwell, Contract Specialist, (703) 305-2265; Len Pinkey, Contracting Officer, (703) 305-2250. DESC: The U.S.D.A. Food and Consumer Service is seeking sources with the capability to track Public Service Announcements (PSA's) as they are shown on Television Stations nationally. These PSA's have already been distributed and are not coded for tracking purposes. Sources must have the capability to report--for up to 4 PSA's (each time they are shown): (1) Where the PSA was shown (city and state); (2) Which station it was shown on; (3) What time was the PSA shown; (4) and the estimated dollar value for airing the PSA in that particular time slot. Surveying television station records or officials is not an acceptable method of collecting the information. It is anticipated that this survey will be for a period of 3 months. Interested parties should submit their capabilities, including a brief plan of how you would accomplish the required effort. This information should be submitted to the USDA, Food and Consumer Service, Contract Management Branch, Rm 914, Attn: Steve Crotwell, 3101 Park Center Drive, Alexandria, VA 22302 not later than 06 January 1997. Telefaxed responses are not acceptable. CITE: (M-359 SN015337) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Purchasing And Materials Service Center, U.S. Postal Service, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6261 SUBJECT: S--FOOD SERVICES-CAFETERIA SOL 052684-97-A-0056 DUE 021997 POC Dawn Vigil, Purchasing Specialist, (415) 794-6134, Contracting Officer, Rey T. Pulido, (415) 794-6184 DESC: Cafeteria Food Services at the USPS Processing and Distribution Center, Santa Clarita, CA. Contract is for a 3 year period with two 1-year renewal options. The facility has approximately 1,500 employees, of which 30% will use the cafeteria. Request must be received within (10) days after date of this notice or until supply is exhausted. Solicitation will be issued o/a 01/10/97. Request for solicitation packages must be in writing. CITE: (W-358 SN015017) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Purchasing And Materials Service Center, U.S. Postal Service, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6261 SUBJECT: S--FOOD SERVICES-CAFETERIA SOL 052684-97-A-0056 DUE 021997 POC Dawn Vigil, Purchasing Specialist, (415) 794-6134, Contracting Officer, Rey T. Pulido, (415) 794-6184 DESC: Cafeteria Food Services at the USPS Processing and Distribution Center, Santa Clarita, CA. Contract is for a 3 year period with two 1-year renewal options. The facility has approximately 1,500 employees, of which 30% will use the cafeteria. Request must be received within (10) days after date of this notice or until supply is exhausted. Solicitation will be issued o/a 01/10/97. Request for solicitation packages must be in writing. CITE: (W-358 SN015018) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Purchasing And Materials Service Center, U.S. Postal Service, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6261 SUBJECT: S--FOOD SERVICES-CAFETERIA SOL 052684-97-A-0056 DUE 021997 POC Dawn Vigil, Purchasing Specialist, (415) 794-6134, Contracting Officer, Rey T. Pulido, (415) 794-6184 DESC: Cafeteria Food Services at the USPS Processing and Distribution Center, Santa Clarita, CA. Contract is for a 3 year period with two 1-year renewal options. The facility has approximately 1,500 employees, of which 30% will use the cafeteria. Request must be received within (10) days after date of this notice or until supply is exhausted. Solicitation will be issued o/a 01/10/97. Request for solicitation packages must be in writing. CITE: (W-358 SN015020) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration,GSA Center (10PP),400 15th Street SW,Auburn, WA 98001-6599 SUBJECT: S--JAN SERVICES SOL GS-10P-97-LSC-0009 DUE 021897 POC Contact,Barbara Roberson,206/931-7482,Contracting Officer,Patricia A. Tacke tt,206/931-7486 DESC: Provide Janitorial and Related Services at the Federal Building and U.S. Co urthouse, 201 W North, Enterprise, Oregon. IAW Government Specifications. Peri od of Performance April 1, 1997 through March 31, 1998 , one year with four one year options. See Note cards 1 and 26. CITE: (I-359 SN015154) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, 501 Magazine St., Room 1044, New Orleans, LA 70130-3394 SUBJECT: S--FACILITY OPERATIONS SERVICE, (TO INCLUDE THE PERFORMANCE OF WATCHES, TOURS & SERVICE CALLS) AT VARIOUS FEDERAL BUILDINGS IN NEW ORLEANS, LA SOL GS-07-P-96-DRC-0135 DUE 021497 POC Betty Collord, (504) 589-6085/Contract Specialist or Elvera S. Pigg, Contracting Officer, (504) 589-6088. DESC: SOLICITATION NOTICE: SIC Code 7349:GS-07P-96-DRC-0135, Facility Operations Service (to include the performance of watches tours, & service calls) at various Federal Building locations in New Orleans, LA. Contract period: April 1, 1997 through March 31, 1998 with four (4) one-year options. Solicitation to be issued on or about January 13, 1997. Proposal due date February 14, 1997. A pre-proposal conference is scheduled on or about January 17, 1997. This solicitation is set aside for Small Business. No current contractor. Estimated dollar amount of contract is $250,000.00 to $500,000.00/year. Bid/Payment/Performance Bonds will be required. Requests for solicitation packages may be facsimiled to (504) 589-6698. All responsive offers from responsible sources will be considered. CITE: (M-359 SN015252) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113 SUBJECT: S--REFUSE COLLECTION SERVICES SOL DTCG84-97-B-16A248 DUE 011497 POC Ms Sandra Martinez, Contract Specialist at (757) 628-4119. DESC: prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitues the only solicitation; bids are being requested and a written solicitation will not be issued. (II) This combined synopsis/solicitation is issued as an Invitation to Bid (IFB). (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC90-42. (IV) This combined/solicitation is under the Small Business Demonstration Program, pursuant to FAR Subpart 19.10. The standard identification code (SIC) number is 4953 and small business size standard is 6 million dollars. (V) The contractor shall furnish refuse and recycling collection and disposal services at United States Coast Guard Activities New York (Ft. Wadsworth, Rosebank, and McClean Quarters, Staten Island and Battery Building in Manhattan, New York). A combination of Firm Fixed Price and Requirements type contract will be awarded. FIRM FIXED PORTION: Clin 0001 - Base Year commencing 1 Feb 1997 through 31 Jan 1998. Bidder shall submit a unit price per pickup, and a monthly rental price (except for Government Furnished) for each solid waste container listed below. Clin 0001AA - 149 each, 90 gallon rollaway (government furnished) for 104 pickups; Clin 0001AB - 2 each, 2 cubic yard covered for 104 pickups; Clin 0001AC - 4 each, 4 cubic yard covered for 104 pickups; Clin 0001AD - 4 each, 8 cubic yard covered for 104 pickups. RECYCLING CONTAINERS - 0001AE - 95 each, 90 gallon for 52 pickups (The contractor shall furnish blue and green containers); Clin 0001AF - 5 each, 2 cubic yard (3 blue and 2 green) for 52 pickups. REQUIREMENTS PORTION - CLIN 0001AG - Estimated 2 each, 30 cubic yard containers for 85 on call pickups. OPTION YEARS: In order to be eligible for award, bidders shall submit prices as specified above for each option. Option Year One 1 Feb 1998 through 31 Jan 1999; Option Year Two - 1 Feb 1999 through 31 Jan 2000; Option Year Three 1 Feb 2000 through 31 Jan 2001; Option Year Four - 1 Feb 2001 through 31 Jan 2002. The Government will exercise the option years in accordance with FAR 52.217-9 Option to Extend the Term of the Contract, if required. The Government will give the Contractor a preliminary notice of its intent to extent at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. GENERAL REQUIREMENTS: A. Performance; Provide all direct labor, supervision, materials, equipment, supplies, tools, transportation, disposal cost, and all incidental/related work necessary to collect and dispose solid waste. Carelessness, hasty performance evidenced by dirty containers, scattered refuse and container improperly placed constitutes unsatisfactorily workmanship. B. CONTAINERS: Location of containers will be provided upon request by the calling the contact number below. The containers shall be subject to change of location at any time during the contract period. All containers shall be cleaned of all waste and waste residue from all surfaces. Special attention shall be given to remove all material from seams and rolled edges. After each cleaning the interior of the container shall be sprayed with a disinfectant. All containers used for recycling purposes shall be cleaned by the contractor seminannually. Containers which are removed from the collection site for cleaning more than one day shall be replaced with a clean equivalent size containers. C. INDEFINITE QUANTITY: The requirements portion if this contract shall be ordered by the Contracting Officer through the issuance of a Delivery Order. The contractor shall complete the work within twenty-four (24) hours after receiving notice from the Contracting Officer, excluding Federal Holidays and Sundays. D. SCHEDULE OF SERVICES: The frequency of collection shall be twice a week for solid waste, Mondays and Thursdays between the hours of 0730 to 1600 hours. E. FAR provision 52.212-1 Contract Term and Conditions Commerical Items is incorporated by reference. The following are addendum to FAR Provision 52.212-1: The following clauses are incorporated, FAR 52.233-2 Service of Protest (Oct 1995), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.232-15 Progress Payments not Included (April 1984). F. FAR provision 52.212-2 Evaluation - Commerical Items does not apply, award will be made to the lowest price. G. Bidders shall complete FAR 52.212-3 Offerors Representative and Certifications - Commerical items and submit it with their bid. The certification can be requested by calling the contact number below. H. FAR 52.212-4 Contract Terms and Conditions - Commercial Items hereby apply to this solicitation. FAR provision 52.214-4 includes an addendum incorporating additional clause; please contact the number identified below to obtain the clauses. I. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items hereby applies to this acquisition, FAR 52.203-6 - Restriction on Subcontractor Sales to the Government - Alternative I, FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, FAR 52.219-9, Small Business Disadvantage and Women Owned Small Business Subcontracting Plan, FAR 52.222-26 Equal Opportunity , FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Diabled Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 -Fair Labor Standard Act and Services Act - Price Adjustment (Multiple year and option Contracts), FAR 52.222-44 Fair Labor Standards Act and Service Act. Bidders may obtain the latest wage Determination No. 94-2375 (Rev.3) dated 5/9/1996 which established the prevailing wage guidelines for this contract by calling the number below. INSURANCE: Before commencing work the contractor shall show proof of adequate insurance. Adequate insurance is defined as: WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY with employer's liability coverage of at least $100,000.00. GENERAL LIABILITY with bodily injury liability written on the comprehensive for policy at least $500,000.00 per occurance. AUTOMOBILE LIABILITY insurance written on the comprehensive form policy, providing for at least $200,000.00 per person and $500,000.00 per occurance bodily injury and $20,000.00 per occurance for property damage. NOTICE TO OFFERORS: Reference is made to enclosure (1), of COMDTINST 4200.49 - It is the policy of the Coast Guard to issue solicitation and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve investigate issues raised by prospective offerors and resolve them, where possible, without expensive and timely consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting office is unable to satisfy the concerns, the offeror should contact the Coast Guard solicitation Ombudsman at: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC, 20593, Telephone (202) 267-2285, FAX (202) 267-4011. Potential offerors should provide the following information to the Ombudsmand in order to ensure a timely response: solicitation number, contracting office, contracting officer and solicitation closing date. (Note: Interested minority and women owned businesses may want to investigate the Department of Transportation's short loan program. For further information and applicable forms, please call (202) 366-2852). SUBMISSION OF BIDS: Bids shall be received at Commander (fcp-1), Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113, Attention: Ms. Sandra Martinez, by 3:00pm local time January 13, 1997. All bids shall be clearly marked with the bidder's name and solicitation number. POINT OF CONTACT: For information, questions and availability of forms,addendam, drawings, wage determination, etc.,please contact Ms. Sandra Martinez at (757) 628-4119 or request same via fax (757)628-4134. CITE: (I-359 SN015309) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: S--REPAIR DUNCE CAP SOL N00189-97-Q-1431 DUE 011297 POC Contracting Officer:SHARON HUNDLEY, CODE 204.33A; (757) 445-2696 FAX (757) 444-4181; PURCHASING AGENT: CAROLYN JOHNSON, CODE 200.XCJ; (757) 445-2891 FAX (757) 444-4181 DESC: Provide Services and Materials to pick up, repair and deliver one (1) GFM Dunce Cap. This is a SAP requirement. Location of equipment, Cheatham Annex., Yorktown, VA. Copies of request for quotation may be obtained from bid board located at FISC, Bldg W-143-6, Norfolk, VA. Note 22 applies. A copy of solicitation may be requested in writing to the issuing address, or by facsimile at (757) 444-4181. Interested parties should provide their CAGE Code, TIN # and FAX number. Requests for the solicitation must state that neither the requestor nor principal corporate officals and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so represent will be grounds for refusing the request. Refer to the solicitation number when requesting copies of the RFQ. The solicitation will be a 100% small business set-aside. CITE: (W-359 SN015343) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220 SUBJECT: S--PROVIDE AND SERVICE ROLL-OFF DUMPSTERS AND SERVICE GOVERNMENT-OWNED COMPACTORS AT FORT DRUM, NEW YORK SOL DAKF36-97-B-0009 DUE 021497 POC Contracting Officer MARIA J. PIZARRO Contract Specialist FRAN W. SWEENEY (315)772-6510 (Site Code DAKF36) DESC: This requirement is to furnish 30 Cubic Yard, Roll-Off Dumpsters and provide all labor, materials, equipment, transportation and disposal facilities necessary to provide service for these dumpsters and also provide service for two, Government-owned 4 Cubic Yard Compactors at Fort Drum, NY, for the period from 1 Apr 97 through 31 Mar 98, to include four, one-year option renewal periods. The estimated annual quantity of solid waste is approximately 3200 Tons. Solicitation issuance will be O/A 15 Jan 97.This is an unrestricted procurement. All responsible sources may submit a bid which will be considered. Copies of the solicitation will only be provided in response to written requests. No telephone requests will be honored. All requests must include requestor's name, address, telephone number and business size. CITE: (I-359 SN015362) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Office of the Architect of the Capitol, Procurement Division, Room H2-262, Ford House Office Building, 2nd & D Streets, S.W., Washington,D.C. 20515 SUBJECT: S--WINDOW CLEANING SERVICES SOL IFB No. 9711 DUE 012897 POC Contact Procurement Division, (202) 226-2557 DESC: The Contractor shall furnish all labor, equipment, and materials and perform the work to provide window washing services on a scheduled, on-call assignment basis, for exterior windows of the U.S. Capitol, the U.S. Senate Office Buildings, the U.S. Capitol Police Building and the interior and exterior windows of Webster Hall, Washington, D.C. Bidders are urged and expected to inspect the sites where the services are to be performed. NOTE: Requests for the solicitation package may be made via FAX (by dialing Area Code (202) 225-3221). Mark the request attention "Procurement Division" and be sure request is on company letterhead containing address, telephone and return FAX numbers, and contract person. CITE: (I-359 SN015410) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470 SUBJECT: S--CUSTODIAL SERVICES FOR ALIAMANU MILITARY RESERVATION, OAHU, HAWAII SOL N62755-96-B-2979 DUE 030797 POC Kim Kruskie, (808) 474-3385, Contracting Officer, A. Yuen, (808) 474- 3385. DESC: Custodial Services for Aliamanu Military Reservation, Oahu, Hawaii. The contractor shall provide all labor, materials, equipment, supplies, management, supervision, transportation, etc. necessary to clean the recreation/sports complex and miscellaneous administrative buildings. The work includes trash collection, floor care, heavy cleaning, window cleaning, and other janitorial services. The contract will be for a base period of 12 months plus four option years, for a total term of 60 months. If the Government does not award a follow-on contract in time, the Government may require the contractor to continue performance for an additional period of up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. This contract will replace a contract for similar services awarded in 1992 for $71,309 (firm fixed-price) and $8,441 (Indefinite Quantity). We will include information about the current contract and the incumbent contractor (e.g., contractor's name and address, value of last option exercised, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act to provide this general information. SIC Code 7349 applies. The proposed contract is 100 percent set-aside for small business. Provide company name, street address, phone number, facsimile number (if available) and business size. Bid opening date is approximate. CITE: (I-359 SN015424) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202 SUBJECT: S--CONSTRUCTION FOR RIVERBANK PROTECTION, TENNESSEE RIVER, CHATTANOOGA, TN SOL DACW62-97-B-0009 DUE 021997 POC POC Charles Appleton, Contract Specialist, (615)736-7910 Ginny Selwyn Contracting Officer, (615)736-7276. DESC: Construction Contract for Riverbank Protection, Tennessee River Park Project, Tennessee River, Hamilton County, Chattanooga, Tennessee. Work shall include the placement of stone protection, gabions, excavation, geotextile, and possibly backfilling. The amount of cleaning and grubbing shall be kept to a minimum because of the enviromental sensitivity of the area. The work shall be performed from the river with limited access through the park. The contract will include the following approximate quantities: Base Bid: Stone (7,735m3), Geotextile (7,360m2), Excavation (1,000m3) Additive 1: Stone (2,700m3), Geotextile (3,735m2), Gabions (204 baskets), No. 57 Backfill (260m3), and Stone fill for Gabions (625m3) Additive 2: Stone (2,285m3), Geotextile (2,715m2), Excavation (225m3). Additive 3: Stone (2,020m3), Geotextile (3,320m2), Excavation (220m3), Gabions (126 baskets), No. 57 Backfill (125m3), and Stone Fill for Gabions(385m3). This job has a duration of 180 days and estimated in the $250,000 to $500,000 range. The solicitation is UNRESTRICTED. The solicitation will be available on or about 16 January 1997 at a cost of $15.00 per set. Bid opening will be on or about 19 February 1997. Funds are not presently available for this project. Contract Award will not be made until appropriated funds are made available. Award will be made pursuant to DIGGS Program (P.L. 100-656). All responsible sources may submit an offer which will be considered. CITE: (I-359 SN015426) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Columbus Regional Printing Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215 SUBJECT: T--CONSTRUCTION SPECIFICATIONS, DRAWINGS AND CHARTS SOL Program 4597-S DUE 011797 POC Dotti Griffith or Steven A. Boortz (Contracting Officer) on (614) 488-4616 for information of a technical nature and contact Joan Long, (614) 488-4491 for any other assistance required. DESC: Single award term contract for the period March 1, 1997 and ending February 27, 1998 for U.S. Coast Guard. These specifications cover the production of construction specifications and full scale drawings/charts requiring such operations as copy pickup, duplicating/copying, binding, packing and delivery. Specifications: Trim Size: 8-1/2 x 11" approximately 40 to 500 pages per order and approximately 10 to 1,400 sets per order. Drawings/Charts: Up to approximately 34 x 47", approximately 1 to 60 drawings/charts and approximately 10 to 100 drawings/charts per order. Government to furnish: Single or double sided camera copy for the specifications. Vellum reproducible for drawings/charts. No reductions or enlargement are required. Material to be picked up from and delivered f.o.b. destination to Cleveland, OH. Production time: 1 and 2 workdays. Bid request on firm's letterhead while surplus last. Telephone/Telegraph requests are not acceptable. CITE: (M-359 SN015315) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200 SUBJECT: V--LODGING SOL DASW01-97-Q-0160 DUE 010397 POC Contact Contract Specialist Mrs Jeannette Jordan (703) 697-1272 DESC: The Defense Supply Service-Washington, has cancel this request for solicits hotel facilities for lodging and meeting space for the USA Community and Family Support Center for the period of 10 - 17 January 1997. Hotel must have a rating of a 3 Star 4 diamond hotel. Must be in Arlington, VA geographical area. Must be able to accommodate 672 sleeping rooms and 6 conference rooms for 5 days. Serve a working lunch for 117 persons for 5 days from 13 - 17 January 1997 and working dinner for 117 persons on 12 January 1997. Audio visual equipment is needed. Please fax (FAX NO. (703) 697-1272 or (703) 697-8908) to request for the RFQ NLT 03 January 1997. CITE: (I-359 SN015240) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, NCR, Special Services Center (WPMFC), 3101 Pennsy Dr., Landover, MD 20785 SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE FEDERAL BUREAU OF INVESTIGATION/WASHINGTON FIELD OFFICE SOL GS11P97YXC0026 DUE 011697 POC POC, Juanita Harris, (301) 436-4499 DESC: Transportation and related moving services for the Federal Bureau of Investigation/Washington Field Office (FBI/WFO) in the Washington Metropolitan area. This notice is to inform all prospective bidders who will be attending the property inspection walk-through scheduled for January 7, 1997, at 10:00 a.m., lobby level at 1900 Half Street, S.W., Washington, DC, to submit their Social Security number(s) in order to gain access to the building due to the FBI's security restrictions. Please FAX this information to the attention of Juanita Harris on (301) 436-4499 no later than close of business Thursday, January 2, 1997. CITE: (W-359 SN015359) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: W--RENTAL OF AUDIO VISUAL EQUIPMENT SOL N00189-97-Q-1393 DUE 010697 POC Ms. Tina M. Gillespie, Contracting Officer (757) 444-1726; Fax Number DESC: Seeking sources capable of providing rental of Audio Visual Equipment, to include 30 hours of video tape editing. Period of Performance will be 6 Feb 97 through 14 Feb 97. The requiring Activity is the Navy Environmental Health Center, Norfolk, VA. Interested parties may request a copy of the Request for Quotation by writing to the issuing address or by facismile at (757) 444-1724. Requests for the "RFQ" must state that neither the requestor nor principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to so represent will be grounds for refusing the request. Reference the RFQ when requesting copies of the quotation. ****THIS IS A SAP REQUIREMENT CITE: (W-359 SN015344) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts Avenue, Suite 400, Denver, CO 80237-2881 SUBJECT: X--NEW CONSTRUCTION LEASED - DANVILLE, WA 99121-9998 SOL 072976-97-A-0062 DUE 013197 POC John C. Walters, Real Estate Specialist, (303) 220-6526. DESC: The USPS is completing final site and building plans for a new leased building of 4,169 net interior square feet on a USPS controlled site of 37,500 square feet. Offerors will be required to acquire the site, construct the specified building and upon completion, agree to execute a lease with the Postal Service for the entire property. Any award made under this solicitation will be made to the responsible offeror whose proposal is complete; conveys an appropriate level of experience and references to assure performance of the specified requirements; conveys a well considered development plan (i.e. construction cost assessment, identified financing/equity sources); and outlines a well-conceived and equitable rental package acceptable to the Postal Service. This is NOT a sealed bid advertisement and proposals will NOT be publicly opened. solicitation packages will be available on or about December 31, 1996 for a $25.00 non-refundable fee. Forward cashier's check or money order, made payable to "USPS Disbursing Officer,," to A&D Draft Aid Inc., Attn: Diana Esguerra, P.O. Box 40877, Denver, CO 80204-0877. Please identify your request with the solicitation number. Information concerning solicitation packages should and request for planholders list should be directed to A&D at (303) 573-5757. For other information call or write: John C. Walters, Real Estate Project Manager, telephone (303) 220-6526 or David Miller, A/E Project Manager (303) 220-6579, at U.S. Postal Service, 8055 E. Tufts Avenue, Suite 400, Denver, CO 80237-2881. Offerors are encouraged to submit their proposal by one of the methods offered by the U.S. Postal Service (First Class, Priority Mail, or Express Mail.) CITE: (I-359 SN015285) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts Ave., #400, Denver, CO 80237-2881 SUBJECT: X--NEW CONSTRUCTION LEASED - HEYBURN, ID 83336-9998 SOL 072976-97-A-0064 DUE 021997 POC John C. Walters, Real Estate Specialist, (303) 220-6526. DESC: The USPS is completing final site and building plans for a new leased building of 4,169 interior square feet on an uncontrolled site of 44,516 square feet. Offers will be required to acquire the site, construct the specified building and upon completion, agree to execute a lease with the Postal Service for the entire property. Any award made under this solicitation will be made to the responsible offeror whose proposal is complete; conveys an appropriate level of experience and references to assure performance of the specified requirements; conveys a well considered development plan (i.e. construction cost assessment, identified financing/equity sources); and outlines a well-conceived and equitable rental package acceptable to the Postal Service. This is NOT a sealed bid advertisement and proposals will NOT be publicly opened. Solicitation packages will be available on or about January 6, 1997, for a $25.00 Non-refundable fee. Forward cashier's check or money order, payable to "USPS Disbursing Officer," to A&D Draft Aid Inc., Attn: Diana Esquerra, P.O. Box 40877, Denver, CO 80204-0977. Information concerning solicitation packages and requests for planholders list should be directed to A&D at (303) 573-5757. For other information call or write: John C. Walters, Real Estate Project Manager, telephone (303) 220-6526 or David Miller, A/E Project Manager (303) 220-6579, at U.S. Postal Service, 8055 E. Tufts Ave. Suite 400, Denver, CO 80237-2881. Offerors are encouraged to submit their proposal by one of the methods offered by the U.S. Postal Service (First Class, Priority Mail, or Express Mail). CITE: (I-359 SN015286) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: Y244--CONSTRUCT CMU BUILDING AND INSTALL EMERGENCY POWER GENERATOR SOL F04684-97-B0006 DUE 013097 POC Claudia McMorris, (805) 734-8232, ext 6-3758 DESC: Solicitation is cancelled. EMAILADD: ampostaa@vafb5a.vafb.af.mil EMAILDESC: E-mail CITE: (W-358 SN015019) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: Y--GENERAL CONTRACTORS-SINGLE FAMILY HOUSES, MODULAR DORMITORIES REPAIR & RENOVATE FACILITIES SOL F04684-97-B-0008 DUE 022397 POC Claudia McMorris, Procurement Technician, (805) 734-8232, ext. 6-3758, Cora L. Armstrong, Contract Specialist, (805) 734-8232, ext. 6-8376, Chuck Painter, Contracting Officer, (805) 734-8232, ext. 6-5002 DESC: Y - The 30th Space Wing, Vandenberg AFB intends to solicit for the construction of Project Nos XUMU 96-1286B/C, 95-1296B/C, 95-1287B/C and 95-1298B/C, Modular Dormitories, Repair and Renovate Facilities. This project is set aside for 8(a) contractors. All 8(a) must submit their 8(a) certification with their request for a bid package. The work consists of but is not limited to the following: Demolition of all non-structural elements in the existing buildings and their replacement with new interior and exterior work to renovate the existing six-person barracks style dormitory modules to four-person apartment style modules. The specifications and drawings will specify work in detail. Standard Industrial Classification Code (SIC) is 1522. The small business size standard for a concern, including its affiliates, is not to exceed $17 million in average annual receipts for its preceding 3 fiscal years. The magnitude of this project is between $5,000,000 and $10,000,000. The Total contract performance period is 365 calendar days after issuance of Notice to Proceed. Interested 8(a) firms should respond as early as possible but no later than 24 Jan 97. Plans and specifications will be furnished on a first come first serve basis. The cost of the IFB is $122.00 (non-refundable) via certified check, cashier's check or money order payable to "FSO-Vandenberg AFB". Payment shall be submitted with request for IFB Package. No Personal or business Checks will be accepted. Payment and any inquiry regarding IFB status should be directed to: 30 CONS/LGCCB, 806 13TH, St,. Ste 2, Vandenberg AFB, CA 93437-5226. Phone #805 734-8232, ext 6-3758. Reference IFB# F04684-97-B0008 on the check and in any inquiries. Any eventual award is contingent on the availability of funding. A copy of the specifications and drawings can be reviewed free of charge at 30 SW/BZ (Small Business Office), 806 13th Street, Rm 129, Vandenberg AFB CA 93437-5226. This solicitation is anticipated to be issued on or about 24 Jan 97. All bidders who plan to attend the site visit, please submit the names of people submit the names of people from your firm and subcontractors on your request for a bid set. A site visit is anticipated on 04 Feb 97 at 0900. All request must be in writing. No verbal requests will be honored. Bidders are asked to supply their Contractor Assigned Government Code (CAGE code), their Contractor's Establishment Code (CEC), and a statement that you are not on the Suspended Ineligible, Debarred List. Fax requests for plans and drawings are not acceptable. Fax number 805-922-1703 for other inquiries. CITE: (W-358 SN015027) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: OIC, Naval Surface Warfare Center, Code TK, Bulding 108, Dahlgren, Virginia 22448-5000 SUBJECT: Y--FLASH X-RAY FACILITY SOL N62477-97-B-2528 DUE 011597 POC Robert Dungan, Contracting Officer 540/653-8671 DESC: The Dahlgren Division of NSWC intends to construct a steel building with a reinforced concrete foundation, capable of withstanding the blast pressures from 100 pounds of high explosives detonated at 20' from the front wall of the building. The facility shall have two exterior doors and one interior door. Exterior door on the side wall: 5' W x 7' H, steel plate construction; Exterior door on the back wall: 3' W x 7' H, steel plate construction; Interior door between the front and back rooms: 3'-4' W x 7' H, steel plate 0.5" thick minimum. The doors and associated components shall be designed for applicable blast loading. The door designer shall work with the building designer to ensure that the door design is coordinated with the building design, and to ensure that the doors and the building are capable of withstanding the blast loadings. The door design calculations and door design drawings shall be provided to the Dahlgren Division of NSWC to allow complete review and approval while the building is being designed. Interested sources proposing to supply an equivalent system must meet the following qualifications: (a) The system shall have a minimum of 50% American made components; (b) The supplier shall be capable of designing and constructing doors to withstand the blast loading from ordnance detonations; (c) The supplier shall have at least 5 years experience with designing and constructing doors to withstand blast loading from ordnance detonations. Written qualification statements clearly establishing the capability to meet the above requirements must be submitted within 15 days from the date this notice is published. In the absence of other qualifying sources, it is the intent of the agency to identify Overly Manufacturing Company, Greensburg, PA as the name brand door supplier within the construction proposal documents as no other type of equipment will satisfy the agency minimum requirements. CITE: (I-359 SN015147) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Y--JET FUEL OFF-LOADING FACILITY, BARKSDALE AIR FORCE BASE, SHREVEPORT, LA SOL N62467-95-B-0951 DUE 022597 POC Technical Inquiries: T. C. Gainey, Code 0211TCG. Contracting Officer: L. R. Fisk DESC: THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED. The work includes the provision of two 800 cubic meter aboveground storage tanks with concrete secondary containment dikes, six commercial tank truck off-loading positions, system pump pad with canopy, 1,350 meter underground jet fuel line, oil/water separator, piping, pumps, operations facility, and related work. For Plans and Specifications: There is a $90.00 Non-Refundable charge for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US Treasury and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE ALSO INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise concerning your request, call RONNIE MITCHUM at 803/743-4040. To obtain a Plan Holders List fax your request Attn: Ronnie Mitchum at 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: T. C. Gainey, Code 0211TCG. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $1,000,000.00 and $5,000,000.00. Estimated duration of the contract is 300 days for completion. CITE: (W-359 SN015261) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Facilities Service Office, U.S. Postal Service, 7800 N. Stemmons Frwy., Suite 400, Dallas, TX 75247-4217 SUBJECT: Y--NEW CONSTRUCTION LEASED--SOLICITATION FOR PROPOSALS TO CONSTRUCT AND LEASE WITH NO CONTROLLED SITE, FERRIDAY, LA 71334-9998 SOL 482980-97-A-0057 DUE 011797 POC Harold Robbins, Real Estate Specialist, (214) 819-7209. DESC: Construction of a leased facility which will contain approximately 6,337 net interior square feet within the preferred area bounded north by Kentucky Ave., south by Mississippi Ave., east by First St., and west by Tenth St. in Ferriday, LA. The offeror must own or control the site. Plans and specifications are available by sending a non-refundable cashier's check or money order in the amount of $25.00 for each package made payable to Disbursing Officer, U.S. Postal Service. CITE: (M-359 SN015270) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Y--USADACS ADMINISTRATION BUILDING, MCALESTER ARMY AMMUNITION PLANT, OKLAHOMA SOL DACA56-97-B-0013 DUE 022097 POC Susan Killgore, Contract Specialist, 918/669-7272 DESC: Project consists of new headquarters building of approximately 45,000 SF. It includes office space, a library, a TV/Video production studio, photo lab, ADP center, and print shop. Other work includes parking area, HVAC, utilities, architectural features, and site improvements. Estimated cost range of this project is $1,000,000 to $5,000,000. An advanced non-refundable fee of $80.00 (reduced size) and $130.00 (full size) is required for each set of specifications. Make check payable to F&A Officer, USAED, Tulsa and mail to the attention of Contracting Division. Payment must be received prior to issuance of plans and specifications. Plans and specifications will be available on or about January 21, 1997. No phone calls to order please. All orders will be mailed via first class mail. Request for special handling (Fed-X, etc.) will not be honored. CITE: (I-359 SN015292) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Y--FIRE TRAINING FACILITY, ALTUS AIR FORCE BASE, OKLAHOMA SOL DACA56-97-B-0014 DUE 022097 POC Susan Killgore, Contract Specialist, 918/669-7272 DESC: The Fire Training Facility uses propane fuel for fire fighting training exercises involving aircraft fires. The project includes a 100 foot diameter burn pit, a steel plate aircraft mock-up, oil/water seperator equipment, above ground storage tanks with fuel distribution and igniter systems to ignite and regulate fuel to the aircraft mock-up used to simulate engine and aircraft fires. This work includes grading and drainage, fencing, tie-in and distribution for electrical and water, aggregate roadway construction, concrete work, electrical and mechanical controls, HDPE liner and leak detection system. Estimated cost range of this project is $1,000,000 to $5,000,000. An advanced non-refundable fee of $45.00 (reduced size) and $80.00 (full size) is required for each set of specifications. Make check payable to F&A Officer, USAED, Tulsa and mail to the attention of Contracting Division. Payment must be received prior to issuance of plans and specifications. Plans and specifications will be available on or about January 21, 1997. No phone calls to order please. All orders will be mailed via first class mail. Request for special handling (Fed-X, etc.) will not be honored. CITE: (I-359 SN015293) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: COMMANDER, LANTNAVFACENGCOM, 1510 GILBERT STREET, NORFOLK, VIRGINIA 23511-2699 (ATTENTION: CODE 02219) SUBJECT: Y--WARGAMING AND RESEARCH CENTER, ARMED FORCES STAFF COLLEGE, NORFOLK VIRGINIA SOL N62470-95-B-5043 DUE 021197 POC Bid Clerk, Pamela Kenney, FAX 757-322-8251, Contract Specialist, Shirley Rowe, FAX 757-322-8264, Contracting Officer, Robert A. Fox DESC: Correction: This action published in the CBD on 25 October 1996 is amended as follows: The bid opening date for this contract is changed to 11 February 1997 and the Approximate Solicitation Release Date has been changed to 10 January 1997. All other information in the original synopsis remains the same. CITE: (I-359 SN015327) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: General Services Administration, PBS,Property Development-6PC,1500 E Bannist er, Rm 2135,Kansas City,MO 64131-3088 SUBJECT: Y--NEW CONSTRUCTION SOL GS-06P-96-GZC-0508 DUE 012397 POC Contact,Susan Kading,816/926-5316,Contracting Officer,Linda E. Hale,816/926 - -5316 DESC: New Construction, 17th-19th, Douglas to Dodge, Omaha, Nebraska. Receive Pri ce Proposals: extended to 2/6/97, pre-proposal conference 01/15/97. Proposals will include a base bid; evaluated government administration costs; six alternat e prices; Options No. 1 for dumbwaiter, No. 2 deleted (perimeter security to be included in based bid), No. 3 Appellate Judge chambers on Level 4, No. 4 Elevato r Maintenance Service (This will result in a separate contract award to the qual ified elevator installation subcontractor.) No. 4(a) second year elevator maint enance service, 4(b) Full maintenance service for dumbwaiters, No. 4(c) second y ear maintenance service for dumbwaiters, No. 5 Fire Alarm System maintenance ser vice (This will result in a separate contract award to the qualified Fire Alarm System Installation subcontractor.), 5(a) second period fire alarm system mainte nance service, 5(b) third period fire alarm system maintenance service, No. 6 We st parking lot, No. 7 folding glass partitions, No. 8 Traffic Lights (18th & Dod ge/Douglas), No. 8(a) Traffic Lights (17th & Douglas), No. 8(b) traffic lights ( 17th & Dodge); Unit prices for driven piles and tenant fit-out work. CITE: (I-359 SN015328) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Energy, Strategic Petroleum Reserve Project Management Office, 900 Commerce Road East, New Orleans, LA 70123 SUBJECT: Y--RAW WATER INTAKE STRUCTURE EROSION REPAIR AT WEST HACKBERRY SOL DE-FB96-97PO70017 DUE 021897 POC Geralyn Champagne, (504) 734-4766; Contracting Officer, Joyce B. Francois, (504) 734-4760. DESC: This requirement is for construction involving the installation of new filter cloth, limestone bedding and riprap for slope protection and erosion control of the south bank of the Intracoastal Waterway immediately adjacent to the West Hackberry Strategic Petroleum Reserve site's Raw Water Intake Structure located near Hackberry, Louisiana in Cameron Parish. The magnitude of construction is between $250,000.00 and $300,000.00. SOL will be issued on or about February 18, 1997. A non-refundable deposit of $15.00 per set of plans and specifications is required. Checks should be payable to the U.S. Department of Energy, Strategic Petroleum Reserve Project Management Office. This procurement is restricted to small business firms pursuant to Public Law 100-656, Small Business Competitiveness Demonstration Program. The SIC code is 1629. See numbered Note 1. CITE: (M-359 SN015332) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y--Y-CORRECTION TO T58-16 AIRCRAFT ENGINE TEST CELL RETROFIT, MARINE CORPS AIR STATION, CAMP PENDLETON, CA SOL N68711-95-R-7579 DUE 022497 POC For plans & specs information call (619) 532-2796/Contract Specialist Mike Larson/Contracting Officer, Katherine G. Luhmann. DESC: The subject synopsis is hereby corrected to include the bid availability date of January 17, 1997. Please call Plan Issue at (619) 532-2082 for the cost of plans and specs. CITE: (I-359 SN015431) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, NSA, Bldg. 157, New Orleans, LA 70142-5007 SUBJECT: Z--GENERAL RENOVATIONS, BUILDING 71, NAVAL SUPPORT ACTIVITY, NEW ORLEANS LA SOL N62467-95-B-7096 POC E. Alphonse, Contract Specialist, (504)678-2150 ext. 213. DESC: The purpose of this modification is to cancel this solicitation in its entirety. CITE: (I-358 SN015015) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA. 90009-2007 SUBJECT: Z--REPAIR & SERVICE ENGINE GENERATORS AT THE LOS ANGELES ARTCC, PALMDALE, CALIF. SOL DTFA08-97-R-09334 POC Barbara J. Fisher (310) 725-7550 DESC: In accordance with the Federal Aviation Administration Acquisition Management System (AMS), the FAA has a requirement over $50,000.00 to furnish all supplies, equipment and labor to repair one White-Superior Engine Generator, and inspect and service three (3) White Superior Engine Generators. Each Engine is a Model 40-SX-8, Serial Number 173335, 900 RPMm 785 brake horsepower, and is integrally contected with a 550 KW (688KVA) generator. Awards will be based on best value to the FAA, considering (1) Total costs to the FAA, (2) Past Performance/Experience of Offeror in related work and cost realism, 5 years experience. (3) Geographic Location: Firms must be based in Los Angeles County or Orange County. Request for a solicitation package must be sent facsimile to "BJ" Fisher at (310) 536-8550. NO TELEPHONIC REQUESTS WILL BE HONORED. Requests must be received by this office COB January 3, 1997. CITE: (I-358 SN015024) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: Z--REMOVE AND REPLACE 10 FIRE HYDRANTS/CUTOFF VALVES, TRACY FACILITY, TRACY, CA. SOL SP3200-97-Q-0029 DUE 020397 POC Cynthia Mitchell, contract specialist, (209) 982-2411 DESC: Contractor shall furnish all labor, equipment, supervision and ,aterial to remove and replace ten (10) each fire hydrants/cutoff valves and all appurtenances to complete the water distribution fire system at Defense Distribution Region West, Tracy Facility, Tracy, CA. The Standard Industrial Code is 1623, for which the Small Business Size Standard is $17 million. Period of performance is 45 days. Estimated project size is $25,000 through $100,000. All responsible sources may submit an offer which shall be considered. Only written request will be accepted and may be faxed to (209) 982-2499 or mailed to Office of Contracting Division, DDRW, ASCW-PAA, P.O. Box 960001, Stockton, CA 95296-0800. CITE: (W-358 SN015026) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 20 CONS/LGCC; PO DRAWER 52610; SHAW AFB, SC 29152-2610 SUBJECT: Z--INSTALL GAS LINES-PALMETTO HEIGHTS SOL F38601-97-BA003 DUE 022697 POC Point of Contact - 2LT Olson 803-668-2459, Contract Administrator; Ben Kosses 803-668-2459, Contracting Officer DESC: Provide all plant, labor, materials, and transportation to install a 4 inch natural gas line between the 4000 and 5000 area of Base Housing at Shaw AFB, South Carolina. The construction shall include, but not be limited to, installation of a gas line, replacing valves, valve boxes, and cement collars. Other work elements include demolition, asphalt patching, landscaping, irrigation, and sodding. The estimated time of construction is 120 days. EMAILADD: olsond@cons20.shaw.af.mil; kossesb@cons20.shaw.af.mil EMAILDESC: CITE: (D-359 SN015151) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 SUBJECT: Z--JOB ORDER CONTRACT FOR THE PUERTO RICO AND CARIBBEAN AREAS SOL N62470-97-R-9998 DUE 022397 POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158 - Ms. Susan Kranes, Contracting Officer, 757-322-8222 DESC: The Atlantic Division, Naval Facilities Engineering Command intends to obtain construction, alteration and repair of Government facilities in the Puerto Rico and Caribbean Areas by means of a Job Order (JOC) Type Contract. The work includes: A Source Selection Procurement which provides construction, alteration and repair of Government facilities. This will include all labor, supervision, design/engineering, tools, materials, equipment, transportation and management to perform all maintenance construction and full construction work and all services described in the specification. This solicitation is for a base year plus two (2) one (1) year options. This is a Request for Proposals (RFP) which requires submission of technical and price proposals. This proposed contract is being solicited on an unrestricted basis. The estimated date of the RFP is 23 January 1997 with receipt of offers on or about 23 February 1997. The Estimated Cost Range: More than $10,000,000. All responsible sources may submit an offer which will be considered. Technical questions should be submitted to Ms. J. J. Patton, 757-322-4158. Requests to be placed on the bidders' list and requests for solicitation shall be faxed to 757-322-8251. EMAILADD: pattonjj@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-359 SN015243) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525 SUBJECT: Z--GALLEY HVAC IMPROVEMENTS, NAVAL STATION INGLESIDE, TX SOL N62467-96-B-0994 DUE 012397 POC Irma Watts or Contracting Officer Charlotte Cummins (512) 939-2154. DESC: The work includes the addition of air conditioning to the existing galley. Work also includes modifying existing systems and the addition of a new rooftop air handling unit, packaged outdoor chiller, associated piping and appurtenances, HVAC controls, and associated electrical upgrades, brick and block screen wall and concrete equipment pads and incidental related work. Contract completion is 150 days. Contract price is between $100,000.00-$250,000.00. Plans and specifications should be available on or about 23 December 1996 and will be distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our FAX number is (512) 939-8608. CITE: (M-359 SN015264) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525 SUBJECT: Z--REPAIRS TO ROOF & STRUCTURAL SUPPORTS ABOVE MACHINE SHOP BLDG 8, CCAD, CORPUS CHRISTI, TX SOL N62467-96-B-9374 DUE 021197 POC Irma Watts or Contracting Officer Charlotte Cummins (512) 939-2154. DESC: The work will be done at Building 8 and will include replacing structural support members, decking, pitch pans, equipment supports and other roofing components. Contract completion is 180 days. Contract price is between $500,000.00--$1,000,000.00. Plans and specifications should be available on or about 11 January 1997 and will be distributed until the supply is exhausted. No telephone request for solicitation packages will be accepted. Our FAX number is (512) 939-8608. CITE: (M-359 SN015271) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: Z--IMPROVE WHERRY HOUSING SOL F33601-97-B-0005 DUE 021097 POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: R. Shyne/PKWOEB/937-257-6573, FAX NO 937-257-3926. DESC: Estimated cost of proposed acquisition is between 5,000,000 and 10,000,000. SIC CODE 1522 SIZE STANDARD $17.0. Page Manor Interior & Exterior Improvements Phase 11 (WP 82-0016P11A) and Senior Officers Quarters Addition & Interior Improvements Phase 11 (WP 82-0016P11B). Performance Period is 300 days Senior Officers Quarters (Base Bid No. 1). Performance Period is 300 days Page Manor (Base Bid No. 2). The contractor shall perform the work in the two base bid items concurrently. There are three Options for Senior Officers Quarters (Base Bid No. 1) that may be awarded. If Option 1, 2, and 3 to Base Bid No. 1 are awarded independently from Base Bid No. 1 the performance period for the Options for Base Bid No. 1 are: 150 days, 60 days and 21 days respectively. The performance period shall be increased by 60 days for Option 1 to Base Bid No. 1 if this Option is awarded with Base Bid No. 1. Option 2 and Option 3 to Base Bid No. 1 shall not impact the performance period if awarded with Base Bid No. 1. There are three Options for Page Manor (Base Bid No. 2) that may be awarded. If Option 1, 2 and 3 are awarded independently from Base Bid No. 2 the performance period for the Options for Base Bid No. 2 are: 150 days, 90 days and 21 days respectively. The performance period shall be increased by 60 days for Option 1 and 30 days for Option 2 to Base Bid No. 2 if awarded with Base Bid No. 2. Option 3 to Base Bid No. 2 shall not impact the performance period if awarded with Base Bid No. 2. No tel requests. Only written requests received directly from the requestor are acceptable. Requests for solicitation documents must be accompanied by a non-refundable check or money order in the amount of $15.00, made payable to Accounting and Finance. This solicitation will be issued approx 97 Jan 10. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Direct all requests for solicitations and routine communication concerning this acquisition to Rosemary Shyne, Contract Specialist, 937-257-6573 X4135. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. CITE: (I-359 SN015294) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, Central Field Office, 5PM-1C, Room 286 (M/S DPN-536-2-1), 536 South Clark Street, Chicago, Illinois 60605-1509, (312) 353-5580 SUBJECT: Z--PACKAGE AIR CONDITIONER REMOVAL, PACKAGE AIR CONDITIONER INSTALLATION AND ASSOCIATED WORK AT 536 CLARK ST., RM. 255 CONTROL CENTER, CHICAGO, IL 60605 SOL GS05P97GAC6059 DUE 011597 POC Questions may be directed to Rich Falzone, Planner/Estimator, (312) 353-1986, or Robert Woten, Jr., Contracting Officer, (312) 353-5580. DESC: The objective of this contract is to have the new piping, electrical and condensate drains installed to the two (2) new locations first, then to install and bring on line the new 11 ton Liebert unit on the south end of the Control Center first. After this unit is up and running, the temporary units can be removed and the demolition of the existing 20 ton Liebert unit and associated equipment can commence, as well as the installation on the north end of the new 6 ton unit. To obtain copies of this solicitation including a scope of work and all drawings, please contact Ms. Kim Kahl, (312) 353-5580 or Mr. Rich Falzone at the above number or address. All bids will be due no later than 4:30 p.m., fifteen (15) days from the date of publication. The estimated cost of work covered by this solicitation is between $25,000.00 and $100,000.00. Performance period has an estimated start date of 2/15/97. This project is set aside for small businesses. See Note 1. CITE: (M-359 SN015324) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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:/Theresa Clark SUBJECT: Z--REPAIR CARRIER CENTRIFIGUAL WATER CHILLER SOL F2260097Q5077 DUE 021197 POC Theresa Clark tel: 601/377-1821/Robert F. Winland, Contracting Officer 601/377-3642 DESC: Contractor is to provide on-site repair of Carrier Centrifugal Water Chiller, Model# 19EA8273DL, Serial# 713717277. Repairs required include replacing rotor assembly bearings and related parts, reassembling, leak testing, and startup. Contractor will also be required to replace oil, dryers and seals. Government will remove and replace refrigerant. The work site is located at Building 7205 (Triangle Chiller) on Keesler AFB, MS. The magnitude of this proposed construction is between $25,000.00 and $100,000.00. Project requirements will be made available on or about 16 Jan 97. All requests for the quote package must be submitted in writing by letter or fax (601-377-1811) and should contain the solicitation number, your company's name, address, phone number, fax number, and your company's point of contact. No direct phone requests for a bid package will be accepted. All responsible sources may submit a quote which shall be considered. CITE: (I-359 SN015329) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10 Causeway St, 9t h floor,Boston,MA 02222-1077 SUBJECT: Z--US DISTRICT COURT SPACE ALTERATIONS, SOL GS-01P-97-BZC-0007 DUE 021997 POC Contact,Brenda Dudevoir,617/565-7311 DESC: Pre-solicitation Notice - The work is to include demolition and space alter ations to the U.S. District Court located on the second floor of the U.S. Post O ffice Building, in Brattleboro, Vt. This is open to large and small business in accordance with the "Small Business Competitiveness Demonstration Program." SI C Code 1542, Size standard is $17.0 Mil. Plans and Specification will be availa ble on or about 1/17/97. CITE: (I-359 SN015361) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, Civil Engineering Unit, 300 Ala Moana Blvd., Room 8122, Honolulu, HI 96850 SUBJECT: Z--REPAIR & PAINT REAR RANGE LIGHT TOWER AT HILO HARBOR, HILO, HAWAII SOL DTCG86-97-B-633117 DUE 020497 POC Point of Contact - Bonnie L. Hoe, Contracting Officer, (808) 541-2158, Fax (808) 541-2203 DESC: Provide materials, equipment, labor, and transportation required to repair and paint Hilo Harbor Rear Range Light Tower. Work includes replacing corroded rivets/bolt/nuts, fixed ladder and Safety-T-Climb fall prevention system and paint the entire 103 feet tall, foursided steel trussed tower. The entire tower and concrete pedestal are coated with lead-based paint. All work shall be completed within 120 calendar days after receipt of the Notice to Proceed. This solicitation is issued under and the resulting contract awarded under the Small Business Competitiveness Demonstration Program (PL 100-656). The construction range is between $25,000 and $100,000. Only faxed or written requests for bid packages are acceptable. 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. EMAILADD: B.Hoe/CeuHon@internet.uscg.mil EMAILDESC: CITE: (D-359 SN015445) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 10--TURRET,ARMAMENT SUB SOL N0038397RG012 DUE 020397 POC Contact Point, John M Mccarry, 0235.13, (215)697-2803, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald R Buday, 0235.11, (215)697-6511 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-1005-01-224-0484-AH, Ref Nr 218F457, Qty 6 EA, Delivery FOB Origin----- No drawings available. This will be awarded under the Lockheed Martin BOA., See Note 22 CITE: (I-359 SN015223) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Commander, Naval Sea Systems Command, SEA 0253D, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 10--MK 41 VERTICAL LAUNCHING SYSTEMS AND ANCILLARY HDWE SOL N00024-97-R-5349 POC J.W.WEINBERG, SEA 0253D,703-602-8000x533 DESC: The Naval Sea Systems Command intends to issue a sole source solicitation to Lockheed Martin Aero & Naval Systems, Baltimore, MD, for MK 41 Vertical Launching Systems (VLS), installation support, ancillary hardware, associated support equipment for US Navy and Foreign Military Sales (FMS) requirements for FY97, with options for FY98 through FY01. NAVSEA plans to utilize the same acquisition strategy successfully implemented on the most recent production contract, (N00024-94-C-5300) wherein Lockheed Martin subcontracted a major portion of the work to United Defense Limited Partnership (UDLP), Minneapolis, MN and Aberdeen SD. This strategy will be pursued provided the prices can be favorably negotiated compared to previous competitively derived pricing. See Numbered Note(s) 22. CITE: (I-359 SN015333) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 12--PROTRACTOR, FAN, RANG SOL SP0920-97-Q-A109 DUE 010997 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: RPE96347000205 NSN 1290-00-266-6891, protractor, fan, rang CAGE 84583 Part No 8483-1-3 200 -EA Del to (Call contracting office) Del by 14 Dec 96. Approved sources are: union instrument Co (88997); Dresser Argus Inc (84583) energy vent Inc (62110) and harder precision Co 28956 full and open competition: complete, unrestricted data package available. PR quantity: 200 EA delivery schedule: 200 within 90 days set-aside type unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015075) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--LINE ASSY SOL F42630-97-Q-2010 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact D Wojciechowski/Likm/[801]777-4164 DESC: Item 0001 NSN 1377-01-056-8642ES P/N: 51062-4, Acft ejection sys (life support) ballistic device. Predominant matl: HNS core with black polyethelene jacket cased in aluminum sheath. Explosive charge. 0067 lbs, length 56", diameter approx 3/8" and is ballistic initiated. 15ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Sep 97 15 ea Item 0002 NSN 1377-01-056-8643ES Line Assy P/N: 51062-6, Acft ejection sys (life support) ballistic device. Predominant matl hns core with black polyethelene jacket cased in aluminum sheath. Explosive charge. 0083 lbs, length 70 in, diameter approx 3/8 in and is ballistic initiated. 11ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Sep 97 11 ea Item 0003 NSN 1377-01-139-2835ES Det Trans Assy P/N: 51281-72121, Acft ejection sys (life support) ballistic device. Predominant matl steel braid over two layers of fluoroplastic covering reactive matl. Explosive charge .0015 lbs, length 11.6 in, diameter approx 3/8 in and is ballistic initiated. 86ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Sep 97 86 ea Item 0004 NSN 1377-01-198-7480ES Det Trans Assy P/N: 51281-729, Acft ejection sys (life support) ballistic device. Predominant matl steel braid over two layers of fluoroplastic covering reactive matl. Explosive charge. 0009 lbs, length 45.22 in, diameter approx 3/8 in and is ballistic initiated. Detonates other explosive component in F16 egress sys. 26ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Oct 97 26 ea Item 0005 NSN 1377-01-198-7481ES Det Trans Assy P/N: 51281-727, Acft ejection sys (life support) ballistic device. Predominant matl steel braid over two layers of fluoroplastic covering reactive matl. Explosive charge. 0009 lbs, length 56.09 in, diameter approx 3/8 in and is ballistic initiated. Detonates other explosive component in F16 egress sys. 50ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Oct 97 50 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all ITEM MUST MEET ALL REQUIREMENTS AS STATED IN DRAWING 16VK023 GENERAL DYNAMICS (81755) The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 04 Feb 97. Written procedure will be used for this solicitation. To: Oea Aerospace Inc, Fairfield Ca 94533-0659. 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. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This part required engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. CITE: (I-359 SN015137) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--INITIATOR,PROPELLAN SOL F42630-97-Q-20520 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact D Wojciechowski/Likm/[801]777-4164 DESC: Item 0001 NSN 1377-01-165-2080ES P/N: 1377-MH66, Acft ejection sys (life support) ballistic dev predominant matl aluminum with expl charge of 0.0015 lb, length 3.56 in, width 1.91 in. Alternate NSNs: 1377-01-203-1960, P/N: 821019-3; 1377-00-299-1511, 812666-111; 1377-01-287-4174, 6065400. 37ea. Applicable to: F-15. Destn: FMS Countries. Delivery: 30 Jun 98 37 ea The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 04 Feb 97. Written procedure will be used for this solicitation. To: Teledyne Mccormick Selph, Hollister Ca 95024 0006. To: Scot Inc, Downers Grove Il 60515-0705. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The cost to the Government to breakout this part and acquire it competitively has been determined to exceed the projected savings over the life span of the part. CITE: (I-359 SN015138) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--MXU 667/B WITH CONTAINER SOL F42630-97-R-2005 DUE 021297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 1325-01-048-9811 P/N: 576479-1, Conical fin assy, Consists of a wing assy, a forward adapter assy. Four control fins and hardware necessary to provide stability during flight. Delivery: 24 months ARO. 402ea. Applicable to: Gbu-16. Destn: McAlester OK 74501. The approximate issue/response date will be 13 Jan 97. To: Texas Instruments Inc, Mckinney Tx 75070-. 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-359 SN015140) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: 13--GENERIC INITIATOR SYSTEMS UTILIZING PBXN-301 (EXPLOSIVE TRAIN COMPONENT) SOL N00178-97-R-1014 DUE 020897 POC Dianne M. Purks, Code SD119, Contract Specialist, (540) 653-7478. DESC: The Dahlgren Division, Naval Surface Warfare Center intends to non-competitively procure Generic Initiator Systems (3 each inert) delivery requirements 15 June 1997 and Generic Initiator Systems (20 each live) delivery requirements 15 August 1997. Negotiations will be conducted on a sole source basis with Ensign Bickford, 660 Hope Meadow Street, Simsbury, CT 06070-0427. Ensign Bickford is the only contractor currently certified to manufacture PBXN-301 (the explosive used in the explosive train of the Generic Initiator Systems). Request for informational copies of solicitation N00178-97-R-1014 may be transmitted via telecopier to Dora Fauntleroy, Code SD11A, at (540) 653-7088. The Dahlgren Division, Naval Surface Warfare Center, Dahlgren Laboratory Procurement Division is taking steps toward implementing Electronic Commerce (EC) in the acquisition arena, therefore this synopsis and resulting solicitation with any applicable amendments will also be available on the World Wide Webb at http://www/nswc.mil/ under Procurement Division or http://proc_div.nswc.navy.mil/ See Numbered Note(s): 22. CITE: (I-359 SN015300) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 ASSEMBLY, VAPOR SOL SPO460-97-R-0544 DUE 022197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copirs of RFQ Sol icitations, contact thebuyer: Melissa Miles/BU810/804279-3318 contracting officer: Janet price/804-279-5130 DESC: PR-NO: YPG96323001251 NSN 1560-00-008-8039, panel assembly, vapor Lockheed Martin, CAGE 98897 P/N 4P31040-101E Tech data package availability: 32 -EA Del to Kelly AFB TX 78241-5312 Del by: 120 DARO - FOB origin 18 -EA Del to New Cumberland PA 17070-5001 Del by: 120 DARO - FOB origin specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Option to increase quantity - 100% other than full and open (10 U.S.C. 2304(C)(1) FAR 6.302-1) only one source (NOTE 22), intended source: Lockheed Martin all responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015069) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--DUCT ASSEMBLY, AIR CONDITIONING AIRCRAFT SOL SP0460-97-Q-B700 DUE 020597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerlt Jim Martin/BV418/804-279-49 49/FAX 804-279-6078 or X4300/contracting officer/bar bara Stansbury/804-279-3416 DESC: PR-NO: YPG96351000442 NSN 1560-00-146-3353, duct assembly, air conditioning aircraft, I/A/W Northrop Corp Acft Div, CAGE 76823, Dwg 14-50518 Rev B, (+) EO D85663, P/N 14-50518-1. Exceptions to Dwg 14-50518. origin inspection required. 11 -EA Del to Barstow CA 92311-5014 Del by 120 DARO. Unrestricted. QPL NOTE 23. drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General general Supply Center. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015098) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 15--SKIN, AIRCRAFT SOL F42620-97-Q-1011 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Julianne Gibby/Lfke/[801]775-2360 DESC: Item 0001 NSN 1560-01-310-8625WF P/N: 16L319-49, Skin; Dimensions:. 090 x 34 x 63 inches; Material: qq-a-250/4-t62; Function: landing gear door skin. 20ea. Applicable to: F16 Acft. Destn: Hill Air Force Base, Ut 84056-5820. Delivery: 27 Feb 98 20 ea The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 04 Feb 97. Written procedure will be used for this solicitation. To: Lockheed Martin Corporation, Fort Worth Tx 76101-0748. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part from other than the current source(s). CITE: (I-359 SN015134) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--RADOME SOL F34601-97-04154 DUE 021497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Dann Pettit/Ladbc/[405]739-2633 DESC: Item 0001 NSN 1560-01-094-4556AW P/N: 204-20101-1, 2ea. Applicable to: E-3. Destn: SHIP TO THE UNITED KINDOM. Delivery: 30 MAR 99 2 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 FMS. SOLE SOURCE TO THE BOEING COMPANY. QUALIFICATIONS REQUIREMENTS APPLY. The approximate issue/response date will be 15 Jan 97. To: Boeing Co, Seattle Wa 98124-2499. 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. 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: 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-359 SN015380) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--COWLING SOL F34601-97-R-04213 DUE 021497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Dann Pettit/Ladbc/[405]739-2633 DESC: Item 0001 NSN 1560-01-034-2437AW P/N: 204-70099-124S, 10ea. Applicable to: E-3. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 30 SEP 98 10 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 QUALIFICATION REQUIREMENTS APPLY. POTENTIAL SUPPLIERS MUS PROVIDE EVIDENCE TH EY POSSESS TOOLING TO MANUFACTURE THE ITEM. The approximate issue/response date will be 15 Jan 97. 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. 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) 1. CITE: (I-359 SN015387) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: ASC/YDK, Building 16, 2275 D. Street, Mail Stop 16, Suite 16, Wright- Patterson AFB OH 45433-7233 SUBJECT: 16--LOW RATE INITIAL PRODUCTION (LRIP) FOR B-1B TOWED DECOY SYSTEM (TDS) SOL F33657-95-C-2008 P00019 POC Contact Contract Negotiator Annette E. Dunbar, (513)255-5024; Contracting Officer Chris A. Telepak, (513)255-5024/5425. DESC: Request For Information (RFI), Propulsion Development Systems Office (DSO), Attn: ASC/LPKB. The Propulsion DSO is seeking information for an acquisition to select a contractor to develop a Digital Engine Controller (DEC) for the F118-100 designated B-2 turbofan engine. The F118-100 is a 19000 lb thrust, 3 stage fan, 9 stage compressor, 3 stage turbine engine with a primary analog and a secondary hydromechanical control. The re-engineering effort is to replace the analog electronic primary controller with a reliable state of the art digital engine controller that is maintainable well into the 21st century for 120 engines. Engineering responsibilities include designing, documenting, building, testing, integrating, qualifying, and manufacturing the DEC and its supporting components. Materials and processes must meet military, commercial, and industry standards and produce a reliable, safe, supportable quality product that is maintainable within the United States Air Force's (USAF's) current and future maintenance environment. The design must provide growth capability for future upgrades and changes with emphasis on ease of maintenance, obsolescence, and Form Fit Function and Interchangeability (F cubed I) technology. The primary objectives of the potential procurement are to replace current analog system with digital state-of-the- art technology, improve Reliability and Maintainability (decrease obsolescence exposure), increase growth capability, and support B-2/F118 Field Longevity. Information provided must address how the Government can satisfy its needs, technology and production availability, identification of cost drivers, and alternative acquisition approaches. Responses should not be restrictive and all proprietary information should be identified. Proprietary information will be protected and will not be divulged unless mandated by existing laws. In accordance with FAR 52.215-3, Solicitation for Information or Planning Purposes (Apr 84), the Government does not intend to award a contract on the basis of this RFI and incurs no liability or responsibility to compensate any vendor for information or materials provided in response to the RFI. The information and requirements stated are still in draft and will change. They are provided to obtain critical feedback as we finalize the acquisition strategy. Responses to the RFI will be retained by the Government. This information should be sent to ASC/LPKB, Building 28, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than 5 Apr 96. The point of contact is Annette Dunbar (513) 255-6471, the Contracting Officer is Deanna Hall, (513) 255-7243. CITE: (I-358 SN015014) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--RETAINER, BEARING SOL SP0920-97-Q-A110 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: YPE96317000669 NSN 1660-00-887-6877, retainer, bearing CAGE 70210 Part No 205763 CAGE 72599 Part No 205763 134 -EA Del to New Cumberland PA 17070-5001 Del by 27 May 97. Other than full and open C0MPETITION: part numbered item. Products offered clause applies. Various increments solicited: 50-99, 100-199, 200-299. PR quantity: 134 EA destinations: New Cumberland, PA 17070-5001 delivery schedule: 90 days after date 0F award set-aside type: unrestricted (sole source/single source) (no preference) size standard 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015047) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--CONTAINER, STORAGE SOL SP0460-97-Q-B701 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerlt Jim Martin/BV418/804-279-49 49/FAX 804-279-6078 or X4300/contracting officer/bar bara Stansbury/804-279-3416 DESC: PR-NO: FPG96347000369 NSN 1680-01-349-9069, container, storage, Northrop Grumman Corp, CAGE 1W025, P/N DAA3298A500-007. origin inspection required. unrestricted. sole source. 2 -EA Del to New Cumberland PA 17070-5001 Del by 100 DARO. 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 and orally. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015064) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--VALVE, REFUELING SOL SP0460-97-Q-D978 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96151000860 NSN 1680-01-100-8296, valve, refueling Sikorsky Aircraft CAGE 78286 P/N 70307-03030-103 Aeroquip Corp CAGE 00624 P/N AE80613P 46 -EA Del to New Cumberland PA 17070-5001 Del 100 DARO 5 - EA Del to Stockton CA 95296 Del 100 DARO see NOTE 22, intended sources: Sikorsky Aircraft and Aeroquip Corp. Unrestricted. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015066) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--LOCK, SLIDE, PROBE SOL SP0460-97-Q-D990 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96176001273 NSN 1680-01-158-9566, lock, slide, probe Sikorsky Aircraft CAGE 78286 P/N 70250-34063-102 Rev "B" 46 -EA Del to Jacksonville FL 32212-0097 Del 240 DARO see NOTE 23, intended sources: S & L metals and Tek precision. Unrestricted. First article test required. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015067) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--CUSHION, SEAT BACK, AIRCRAFT SOL SP0460-97-Q-D986 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96351000504 NSN 1680-01-148-8943, cushion, seat back, aircraft IAW ARA Inc CAGE 54184 Dwg D3888 Rev "G" dated 9NOV85 & Atcom CAGE 81996 procurement package #D3888 Rev "E" dated 18JUL96 P/N D3888-1 121 -EA Del to Stockton CA 95296 Del 285 DARO 318 -EA Del to New Cumberland PA 17070-5001 Del 285 DARO see NOTE 22, intended sources: ARA Inc and Aero Products. First article test required. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Drawings, interim procurement descriptions and deviaiton lists may be examined or obtained from Defense General Supply Center. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015070) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--MASK, OXYGEN SOL SP0920-97-Q-A111 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: YPE96327000467 NSN 1660-00-172-1368, mask, oxygen CAGE 92114 Part No 358-1501-2 31 -EA Del to New Cumberland PA 17070-5001 Del by 15 Jan 97. 11 -EA Del to Lathrop CA 95330 Del by 15 Jan 97. No data available. Other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 1-25, 26-75, 76-100. PR quantity: 42 EA destinations: New Cumberland, PA 17070-5001, Stockton, CA 95296-0130 delivery schedule: 90 days after date of award. Set-aside type: unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015080) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--CURTAIN, DOORWAY MCDONNELL DOUGLAS CORP. CAGE 88277 SOL SP0460-97-Q-CA52 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copies of RFQ Sol icitations, contact the buyer. POC: Vanessa Jones/BU81 8/804-279-4289. contracting officer: Melissa Miles/804 -279-3318. DESC: PR-NO: YPG96327000382 NSN 1680-01-344-0812, curtain, doorway McDonnell Douglas CAGE: 88277 P/N 17P1B1085-1 6 -EA Del to Richmond VA 23297-5900 Del by 129 days ARO. Specs, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. Duration of contract period: 1 year. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Only one source of supply. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015094) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--CONTROL ASSEMBLY SOL SP0460-97-Q-D982 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96338000605 NSN 1680-01-130-7215, control assembly aerocontrolex CAGE 04638 P/N C81394-3 Teleflex Inc CAGE 78710 P/N 7-44205-9 113 -EA Del to New Cumberland PA 17070-5001 Del 120 DARO 50 - EA Del to Stockton CA 95296 Del 120 DARO see NOTE 22, intended sources: aerocontrolex, Teleflex and triumph. Unrestricted. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015096) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 16--TRANSMISSION, MECHANICAL SOL DAAJ09-97-Q-0465 DUE 020897 POC Jack Heilman, Contract Specialist, AMSAT-A-PLBB, 314-263-0741 or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769 or DATA FAX on 314-263-9012. DESC: NSN: 1615-01-287-5319, Boeing P/N 145D6300, Quantity 20 each. Applicable to the CH-47D aircraft. FOB Origin to Texarkana, TX 75507-5000; Lathrop, CA 95330-0130; and New Cumberland, PA 17070-5001. Required delivery is 2 each, 510 DACA, and 3 each per month thereafter. It is anticipated that the award will be made via a delivery order to an existing Basic Ordering Agreement. A request for quotation will be issued via E-Mail to Boeing Defense and Space Group. This procurement requires prequalification. All responsible sources may submit a proposal which is considered by the agency. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Jack Heilman, Contract Specialist, on 314-263-0741. See Numbered Note(s): 22. CITE: (I-359 SN015283) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 16--CONTROL & CYL SOL F41608-97-R-45112 DUE 021497 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Burton, B./lpkah/[210]925-6385 DESC: Item 0001 NSN 1650-01-311-0130PT P/N: 4067837, Size/dimensions: approximately 12 inches long Predominant material of manufacture and/or manufacturing process: Steel, aluminum, rubber Form, fit, function: piston, cylinder and shaft with control used to Convert fuel pressure to linear motion on the variable geometry system Of f100pw229 aircraft engine. 4ea. Applicable to: F100pw220 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 30 APR 98 4 ea The approximate issue/response date will be 15 Jan 97. The anticipated award date will be 17 Mar 97. Written procedure will be used for this solicitation. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Allied Signal Inc., South Bend In 46620-0001. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. 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. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. CITE: (I-359 SN015376) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 16--STABILIZER BRAKE ASSEMBLY SOL F34601-97-R-04207 DUE 021497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Dann Pettit/Ladbc/[405]739-2633 DESC: Item 0001 NSN 1680-01-009-9089AW P/N: 42089R20, 7ea. Applicable to: E-3. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 31 MAR 98 7 ea THE GOVERNMENT DOES NOT POSSESS SUFFICIENT DATA TO COMPETE THIS ITEM. CONTACT THE PRIME MANUFACTURES' FOR SUBCONTRACTING OPPORTUNITIES. The approximate issue/response date will be 15 Jan 97. To: Lucas Western Inc, Park City Ut 84068-0910. To: Boeing Co, Seattle Wa 98124-2499. 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. 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: 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-359 SN015386) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 17--TROUGH COVER SOL N0010497RCB19 DUE 021097 POC Contact Point, James G Hoffman, 02111.10, (717)790-5774, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 DESC: NSN 1H-1720-01-224-9800, SPEC NR TDP VER 001, Qty 106 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Class Set Aside, See Note 9 CITE: (I-359 SN015236) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Commander, Naval Sea Systems Command, SEA 02222, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 19--PC-14 SOL N00024-97-R-2205 DUE 031497 POC Chris Sherman, NAVSEA 02222C, Contract Specialist, (703) 602-3102, Stephen V. Piasecki, NAVSEA 02222, Contracting Officer, (703) 602-3102. DESC: The Naval Sea Systems Command intends to issue a sole source contract to Bollinger Shipyards, Inc., Lockport, LA, to build the last ship of the CYCLONE Class Patrol Coastal ships, PC-14, plus modifications and alterations including those incorporated on existing ships and others that are planned. Bollinger retains the proprietary rights to the design data, possesses the technical skills and production facilities to manufacture this ship and is therefore the only source capable of meeting this requirement. An award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. See Note 22. CITE: (I-359 SN015325) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: 19--DISPOSAL OF NOAA SHIP DAVIDSON SOL 52ABNA700042 DUE 021496 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: Government seeks contractor for scrap/re-use, HAZMAT remediation, certification, and disposal of NOAA ship DAVIDSON. Ship is 53 meters long and currently located in Seattle, WA. All responsible offerors will be considered. CITE: (I-359 SN015352) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: 19--DISPOSAL OF NOAA SHIP DISCOVERER SOL 52ABNA700043 DUE 021496 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: Government seeks contractor for the scrap/re-use, HAZMAT remediation, certification and disposal of NOAA ship DISCOVERER. Ship is 92 meters long and currently located in Seattle, Wa. All responsible offerors will be considered CITE: (I-359 SN015353) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: 19--DISPOSAL OF NOAA SHIP SURVEYOR SOL 52ABNA700038 DUE 021496 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: Government seeks contractor for the scrap/re-use, HAZMAT remediation, certification and disposal of NOAA ship SURVEYOR. Ship is 90 meters long and currently located in Seattle, WA. All responsible offerors will be considered. CITE: (I-359 SN015355) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Commandant (G-ACS-5/AG/Rm 5208), U.S. Coast Guard Headquarters, 2100 Second Street SW, Washington, D.C. 20593-0001 SUBJECT: 19--CUTTER BOAT - SMALL, MEDIUM, LARGE SOL DTCG23-96-R-HNG002 DUE 122496 POC Point of Contact - Contact Ms. Augustine Green, Contract Specialist, at (202) 267-2530/Mr. John P. Manko, at (202) 267-2515 DESC: The U.S. Coast Guard has completed Step One of the Two-Step Sealed Bid Process for the Cutter Boat-Small, Medium, Large, Indefinite Delivery/Indefinite quantity Contract. Coast Guard's Solicitation Number DTCG23-96-R-HNG002 was issued on 29 February 1996 and Technical Proposals were received on 17 May 1996. The following companies have successfully completed Step One: Avon Company, Ocean Technologies, Inc., Willard Marine company, and Zodiac of America. This announcement is issued to notify industry of the project status and the companies involved. CITE: (I-359 SN015356) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Army Engineer District, Philadelphia, Pa. Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pa. 19107-3390 SUBJECT: 20--PORTABLE HYDRAULIC SURVEY SYSTEM SOL DACW61-97-R-0007 DUE 012297 POC John Sheplock, (215) 656-6867. DESC: The U.S. Army Corp of Engineers, Philadelphia District intends to award a sole source fixed price contract to Ross Laboratories, for the procurement of a portable hydrographic surveying system. Solicitation DACW61-97-R-0007 will be issued on or about December 13, 1996 with a closing date of January 22, 1997 at 1400 hours. The Standard Industrial Classification for this procurement is 3812 with a size standard of 750 employees or less. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of 6.302. Note 22 applies to this solicitation. CITE: (M-359 SN015247) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 20--PHENOLIC FOAM TUBE SUPPORTS SOL N00164-97-Q-0060 DUE 021497 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: The Navy requires the development and fabrication of 200 each phenolic foam tube supports in accordance with NAVAIR Drawing Number DEV96217 with an option for an additional 3,000 each. The tube supports will be form, fit and function replacements for the current configuration MK 120 & 121 Mod 0 Marine Smoke and Illuminator Signal tube support. The tube supports support an aluminum outer tube from hydrostatic pressure which tries to collapse the aluminum tube at extreme ocean depths. The tube supports must also withstand and funnel smoke and flame to a nozzle in the submarine smoke and illumination signal. Military Standards MIL-STD-100 and DOD-STD-2101 apply. Industry Standards ASTM E-84 and ANSI Y14.5M-1982 also apply. Material: No ozone depleting substances are allowed; rigid phenolic foam with a density of 9-14 pounds per cubic foot shall be used. The contractor shall develop and deliver to the Government with the tube supports a list of materials and Material Safety Data Sheets (MSDS's) for all components used in the foam. Dimensions: Approximately 26 " long x 3" diameter. Weight: 0.9 - 1.0 pounds. Flame Resistance: A tube support sawed in half vertically shall be able to withstand a torch flame test. To verify compliance with this requirement, the flame will be applied from the inside pointed perpendicular through the wall for seven minutes at 1600-1900 degrees Fahrenheit without burnthrough and without smoking. The temperature on the outside shall not exceed 200 degrees Fahrenheit after seven minutes of flame on the inside. Tube supports shall withstand torch flame without flaking, chipping or popping during first seven minutes of the burn test. Foam used shall yield a flame spread of 15 or less and a smoke density of 5 or less when tested in accordance with ASTM E-84. Compression Strength: A one inch vertical section of the tube support taken from anywhere along the unit shall withstand 1800 lb. minimum compressive load along the longitudinal axis of the tube when applied at 0.5 inch/minute without deforming greater than 10 percent in any axis. The contractor shall develop and deliver to the Government a disposal process for the tube supports that is environmentally acceptable (i.e., meeting all applicable federal EPA regulations and standards). The contractor shall package all items in accordance with best commercial practices. Twenty each First Articles (FA's) are required. Delivery of FA's is required FOB Crane within 60 days of award. The contractor shall deliver the Initial Production Quantity (200 each) within 65 days of acceptance of the FA's. The optional production quantity of 3000 each shall be delivered within 90 days of option exercise. This procurement is being issued under Simplified Acquisition Procedures as a 100% Small Business set-aside; the applicable size standard is 500 employees or less. See numbered note 1. It is anticipated that a formal Request for Quotations will be issued. FAR Part 12 does not apply; see note 26. 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. Although contract award is anticipated to be made on the basis of lowest quoted price meeting all requirements, 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 sources may submit a quote which will be considered by the agency. CITE: (I-359 SN015419) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--SPIDER, UNIVERSAL JO SOL DAAE0797RT134 DUE 013097 POC For a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Dorothy Bynum (810) 574-7314 DESC: NSN: 2520001778126, qty: 320, FOB: destination, opt: 100% correction to previously advertised procurement on item: spider, universal joint. PN: 11645013. The correction is to change the method of procurement from a sole source to an see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 013097 (see soliciatio N for actual offer due date). CITE: (I-359 SN015334) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--DUCT AND AIRSEAL SOL N0038397RM160 DUE 020397 POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-2840-01-296-3764-XQ, Ref Nr 6058T13G07, Qty 11 EA, Delivery FOB Origin-----. Drawings are not available. Since this is a "source controlled" item, competition shall be restricted to GE-Lynn., See Note 22 CITE: (I-359 SN015224) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--SHROUD ASSY SOL F41608-97-R-43052 DUE 021397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Burton, B./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-357-5079PT P/N: 4080382-01, Size:7 x 1 x. 25in:matl:nickel Nickel alloy:fit/form: a segment Of a comp Lete ring with honeycomb Material which seals air between Compressor stages On the f100/229. To be elgible for contract award, offerors must be approved Sources. The government is not required to delay contract award pending sars. Therefore, offerors are encouraged to submit sars as soon as possible. First article contractor test applies. 144EA. Applicable to: F100/229 Enigne. Destn: Kelly Afb, Texas 78241-6318. Delivery: 30 MAY 97 28 ea 30 JUN 97 28 ea 31 JUL 97 28 ea 29 AUG 97 28 ea 30 SEP 97 32 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 14 MAR 97. Written procedure will be used for this solicitation. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Tri-Industries, Inc, Terre Haute In 47807-3410. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. CITE: (I-359 SN015374) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--DUCT ASSY SOL F41608-97-R-44137 DUE 021397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Hairston-Benford,D/Lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-323-9771PT P/N: 4073475, Size: Approx 50" X 47" diameter; Parent Material: Titanium Alloy Function: Contains the augmentor combustion chamber liner and supports the augmentor nozzle.__A Requirements contract is being solicited with 1 basic year and 2 (one) year options. BEQ's: Basic Year - 14; 1st Opt Year - 12; 2nd Opt Year - 12. Delivery: 9 ea per month 150 days ARO and continue at the rate until complete. To be eligible for contract award, offerors must be approved sources, in accordance with clause I-70, Qualification Requirements. The Government is NOT required to delay contract award to review pending SARs. Therefore, offerors are encouraged to submit SARs AS SOON AS POSSIBLE. If the Government has not completed review of a SAR when the contract is awarded, the SAR will be retained and the source will be reviewed for possible source approval for future awards. ea. Applicable to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 30 Sep 97 9 ea Government furnished drawings and specifications are not available. The approximate issue/response date will be 14 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-359 SN015375) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--FAN CASE ASSEMBLY SOL F41608-97-R-45121 DUE 021397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Hawkins, L./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-321-7858PT P/N: 4080063, SIZE/DIMENSIONS: Approximately 2 inches in length by 1/2 inch in diameter. PREDOMINANT MATERIAL OF MANUFACTURE: Titanium Alloy FORM/FIT/FUNCTION: Used on the inlet fan case outer exterior as a support bracket for a bushing. To be eligible for contract award offerors must be approved sources. The Government is NOT required to delay contract award to review pending SARs. Therefore, offerors are encouraged to submit SARs as soon as possible. If the Government has not completed review of a SAR when the contract is awarded, the SAR will be retained and the source will be reviewed for possible source approval for future awards. 11ea. Applicable to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 31 Dec 97 5 ea 30 Jan 98 6 ea Item 0002 data, 1 lot Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 First Article, Contractor Testing; quantity of 1 each This is a Durability Critical Assembly The approximate issue/response date will be 14 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. CITE: (I-359 SN015377) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Sa-Alc/Lfkb, 1015 Billy Mitchell Blvd, Kelly Afb, Texas 78241-5601 SUBJECT: 30--CONNECTING LINK, ROD ASSY SOL F41608-97-Q-56510 DUE 021397 POC For copy, Fax request to LAKFB at 210-925-2038, For additional information contact Trumbo, R./lfkb/[210]925-6215 DESC: Item 0001 NSN 3040-01-415-4493XE P/N: 2-73030-13, Size: 1" X 1" X 8" Predominate Material: Stainless Steel Function: Connects the control stick to the horizontal stabilizer. Data: DD Form 1423 applies Delivery For First Article: 260 Days ARO/Qty: 2 ea/PR/LI: 0001A Delivery For Production Item: 97 Dec 30/Qty: 1500/PR/LI: 0001 Delivery For Data Item: IAW DD Form 1423/Qty: 1/PR/LI: 0002 1500EA. Applicable to: T-38 Acft. Destn: Kelly Afb, Texas 78241-5601. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 Government furnished drawings and specifications are available. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Bems Co Inc, Salt Lake City Ut 84101-3058. To: West Coast Engineering, . To: Precision Enterprises, Inc., Fort Worth Tx 76106-7554. To: GMS Machine Inc, . To: San Antonio Air Logistics Center, Kelly Afb Tx 78241-5000. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22 26. CITE: (I-359 SN015372) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 31--BEARING, ROLLER CYLINDER SOL F34601-97-R-49530 DUE 021397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Sherri Barker/Lpdpb/[405]739-4291 DESC: Item 0001 NSN 3110-01-147-4486PR P/N: 9340M16P03, P/N 9340M16P03/9340M16P04 #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__Dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 58EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Jul 98 58 ea Item 0002 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03, P/N 9340M16P03/9340M16P04 #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__Dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 22EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Jul 98 22 ea Item 0003 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03, P/N 9340M16P03/9340M16P04 #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__Dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 36EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Jul 98 36 ea Item 0004 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03, P/N 9340M16P03/9340M16P04 #5 bearing is a roller bearing which supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a. Contains precious metal.__Dimensions are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766 inches 4EA. Applicable to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Jul 98 4 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 - 0004 The approximate issue/response date will be 14 Jan 97. To: Split Ballbearing, Lebanon Nh 03766-7301. To: Torrington Co The, Torrington Ct 06790-4942. 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. 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. 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. CITE: (I-359 SN015388) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 SOURCE CONTROL DATA SOL SP0500-97-Q-J365 DUE 122496 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Kay Nobel/HAA24/X2809 buyer: Kay N obel/HAA24/X2809 DESC: PR-NO: YPI96344001653 NSN 3110-00-438-0205, 795 -EA Del to Corpus Christi TX 78419 Del by 01 Apr 97. See NOTES 9, 22, RFQ due date 96 Dec 24 specs: Allied Signal aerospace equip systems incremental bidding: primary quantity 795 1ST alt quantity 1000 2ND alt quantity 1500 delivery schedule: 120 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 solicitation and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: MRC aerospace(38443) NHBB (83086) industrial tectonics bearing (06144). 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-359 SN015390) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 ALLIED-SIGNAL INC (99193) SOL SP0500-97-Q-J557 DUE 010997 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Darrell Moresi/HAB29/215-697-926 3 buyer: Matt Cooley/HAB29/215-697-9263 DESC: PR-NO: YPI96346000746 NSN 3110-00-180-7716, bearing, ball, annular; I/A/W allied-signal INC./ engines, CAGE 99193/source controlled drawing. Vendor substantiation required.... 120 -EA Del to Cherry Point NC 28533-5001 Del by 04 Aug 97. See NOTES 9, 22, RFQ due date: 97JAN09 specs: Allied Signal P/N 358649 primary qty: 120 delivery schedule: 90 days 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). Approved sources are: Barden Corp MPB Corp; Ind'l tectonics bearing; GM Corp; Fag bearings. This solicitation contains an option for increased quantity. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. 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-359 SN015392) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, ROLLER, NEEDLE UNITED TECHNOLOGIES CORP (73030) SOL SP0500-97-Q-K468 DUE 010697 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Shelia Jones/HAB22/215-697-3708 buyer: Shelia Jones/HAB22/215-697-3708 DESC: PR-NO: YPI96348000517 NSN 3110-00-974-8219, 255 -EA Del to Robins AFB GA 31098-1887 Del by 25 Sep 97. 165 -EA Del to New Cumberland PA 17070-5001 Del by 25 Sep 97. RFQ due date: 97JAN06 United Technologies Corp P/N 576525 primary qty: 420 deliveries to CONUS (excluding Alaska) delivery schedule: 120 days 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-359 SN015394) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, TAPERED, ROLLER SOURCE CONTROL DATA SOL SP0500-97-R-0005 DUE 021297 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Joseph McHenry J/HAB01/215-697-0 215 buyer: Bob Hutkowski/HAA20/215-697-0215 DESC: PR-NO: IDT96228005100 NSN 3110-01-196-9603, 1 -EA Del to (Call contracting office) Del by 01 Jan 98. See NOTES 9, 22, RFP due date: 97FEB12 FSC: 3110 this solicitation contains 1 NSN. the first NSN is 3110011969603. The total yearly estimitated is 165 EA. Specs: Boeing P/N A02DS232-1 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). Approved sources are: the timken Co. Delivery is 350 days indefinite delivery type contract this solicitation contains a one year base with two (2) year options. Drawings/specs are not required. This solicitation is being resynopsized due to various changes by buyer. CITE: (I-359 SN015401) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--HOUSING, BEARING GEARBOX SIKORSKY AIRCRAFT CORP. (78286) SOL SP0500-96-Q-NU09 DUE 122696 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Kay Nobel/HAA24/X2809 buyer: Kay N obel/HAA24/X2809 DESC: PR-NO: YPI96204001059 NSN 3120-00-171-2198, housing, bearing gearbox; I/A/W Sikorsky Aircraft Corp., CAGE 78286.... 19 -EA Del to New Cumberland PA 17070-5001 Del by 28 Jan 97. RFQ due date 96 Dec 26 specs: Sikorsky Aircraft Corp predominant mater: housing, bearing gearbox; I/A/W Sikorsky Aircraft. Primary quantity 19 delivery schedule: 120 offers will be evaluated with a 10% preference for small disadvantaged business concerns. Other NOTE: 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-359 SN015402) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 SOURCE CONTROLLED DATA SOL SP0500-97-Q-5335 DUE 122696 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: YPI96283004708 NSN 3110-00-140-5474, 400 -EA Del to Corpus Christi TX 78419 Del by 01 Jul 97. See NOTES 9, 22, RFQ due date: 96DEC26 specs: Allied Signal Inc (99193) primary qty: 400 delivery schedule: 120 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-359 SN015403) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, PLAIN SPHERICAL NWL CONTROL SYSTEMS (93835) SOL SP0500-97-Q-J655 DUE 010997 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Darrell Moresi/HAB29/215-697-926 3 buyer: Matt Cooley/HAB29/215-697-9263 DESC: PR-NO: YPI96339000953 NSN 3120-01-115-6417, 600 -EA Del to New Cumberland PA 17070-5001 Del by 01 Feb 97. RFQ due date: 97JAN09 specs: NWL control systems P/N 905452-2 primary qty: 600 delivery schedule: 90 days size standard: 500 NOTE 1 applies this solicitation contains an option for increased quantity. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. 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-359 SN015404) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Naval Surface Warfare Center, Crane Division, Code 1165Z7, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 34--THIN LINE HANDLING EQUIPMENT, FINISHED FABRICATED WELDED/MACHINED PART ASSEMBLIES SOL N00164-97-Q-0058 DUE 012497 POC Contact point, Ms. Kathy Noel, Code 1165Z7, 812/854-3692, Contracting Officier Mary Sheetz DESC: This requirement is for the purchase of Thin Line Handling Equipment-Finished Fabricated Welded/Machined Part Assemblies in accordance with drawings and Statement of Work(SOW). Items are as follows: 1 ea, drive drum mount, drawing #53X-01-101; 2 ea idler drum mtg hub, drawing #53X-01-102; 2 ea, manifold tube assy, drawing #53X02-112; 3 ea, lw mtg bracket, drawing #53X-02-197; 3 ea, drive ring, drawing #53X-02-152; 2 ea, sprocket flange, drawing #53Z-02-254; 2 ea, lw cable guide brg, drawing #53Z-02-202; and Contract Data Requirements List IAW DD Form 1423, A001, A002, A003, which will be NSP. Government Furnished Property will be provided as stated in the SOW. This action is considered a 100% Small Business Set-Aside in accordance with FAR 19.502-2(a). See numbered note 1. The STandard Industrial Code is 3499. The Small Business size standard is 500 employees. Delivery is required by 31 March 1997. The shipping terms shall be FOB Destination to NSWC, Crane, IN with inspection and acceptance at destination. This is anticipated to be a Firm Fixed Price contract. The offeror's written quote must be received at this office on or before January 24, 1997 at 4:00PM Eastern Std Time. The individual to contact for information regarding this requirement is Kathy Noel 812/854-3692, FAX 812/854-3465. See Note(s): 1. CITE: (I-358 SN015009) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--HEAT TREATING HEAT TREATING FURNACE, DROP BOTTOM TYPE SOL SP0490-97-R-0190 DUE 021997 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. For copies of RFQ solicitations, contact the buyer. DESC: PR-NO: 96191051 soliciting for 1 EA, heat treating furnace, drop bottom, with track mounted quench and rinse tanks and PC/plsc controller. Deliver to Robins AFB GA. a preproposal conference will be held January 16, 1997, at Robins AFB GA. Clearance to enter the base must be coordinated prior to the conference. Names of all personnel attending the conference must be provided to Virginia Wilcox, (804)279-3211, by January 12, 1997. For copies of the RFP contact Martha Meadows at (804)279-6611 or send a FAX to (804)279-5948. Buyer: Virginia Wilcox/CKC03, (804)279-3211, or FAX: (804)279-5948. contracting officer: Cynthia Starr, (804)279-5928. CITE: (I-359 SN015063) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 37--Agricultural Machinery and Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 37--TUB GRINDER SOL F42650-97-R-0035 DUE 012897 POC For copy, No solicitation will be issued., This is the solicitation,, For additional information contact Debbie Sparks/Pkoc/ [801]777-4299 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F42650-97-R-0035. This solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-36. The standard industrial classification code is 3559; and the small business size standard is 500. This solicitation is set aside for small business. Clin 0001; Item 3750PHD12 ; Qty 0001; U/I EA; Tub grinder for waste wood grinding. The composting grinder shall use a tub grinder design that uses a rotating tub to intake raw materials. The rotation of the tub shall be variable and shall include automatic and manual override controls to adjust tub rotation speed to accommodate different grinding conditions. The grinder shall be designed to process the following materials at a minimum,grass clippings, tree limbs up to 6 inches in diameter, wood pallets, lumber, paper, cardboard, food waste, manure. It shall be towable with adequate clearance, directional lights, and brakes to meet federal and state transportation requirements. It will be equipped with a 5th wheel kingpin type hitch. Tub opening shall be 12 ft in diameter at the top of the flare. Tub base shall be 10 ft in diameter. Depth of the tub shall be 55 inches. The side wall of the tub shall be constructed of 1/4" steel plate. The tub and floor must be able to be tilted hydraulically to provide access for maintenance. The tub floor shall be constructed of -" T-1 steel plate. The tub rotation to be driven by 2 hydraulic orbit motors. Main drive tub chain shall be 2100 H roller chain for positive tub rotation. The rotation and speed of the tub shall be variable with an electronic sensing governor with a manual override switch. The tub shall be supported by and run on 8 rollers 6.25" diameter. 4 guide rollers 8.5: in diameter shall be used to stabilize the tub. The hammermill RPM shall be 1:1 with engine RPM. It shall be 56" long. The hammermill cylinder shaft will be 5 -" diameter 4140 steel milled to 4" on the ends. The hammermill will be supported by 4" pillow block bearings on each end. There shall be 1 1/4" thick cylinder plates 16" in diameter, 2 -" on center. The hammermill will use 8 hammer rods 1 1/4" in diameter. Fixed hammer shakes with bolt on replaceable tips are to be supplied in a 40 hammer pattern. Replacement tips require 2 bolts each and 2 minutes to replace. The screens shall be located under the hammermill. There will be 2 screens required to operate. Each screen shall be 58" long 27" wide -" thick and are available with various hole sizes. One 3" and one 2" screen shall be standard. Total screen area shall be 3132 square inches. The engine shall be a Caterpillar model 3406 TA, 893 CI 460 HP or equivalent. It shall include tachometer, hour meter, oil pressure, water temperature, and amp gages. Engine ill have a safety shutdown system for low oil pressure or high water temperature. Fuel tank capacity shall be 280 gal. Heavy duty radiator shall have 25 gal coolant capacity. Drive line will contain a 14" rockford clutch. The drive line shall be a spicer series 1710 rated at 525 HP. Drive line shall include a PT tech torque limiter to protect engine and hammermill fro shock loads. Hydraulic pump for tub drive shall be engine mounted with a 73 gal reservoir for the tub rotation only. Both discharge conveyor belt and elevator conveyor belt are direct driven with hydraulic motors. The conveyor system shall have a 73 gal hydraulic oil reservoir for conveyors only. Grinder shall use a 30" wide, 11' long, cleated multiply discharge belt directly under the hammermill. It will carry material to a 26' elevating conveyor. The elevating conveyor will use an 18" wide cleated belt, and will fold, raise, and lower hydraulically. Elevating conveyor shall be tope end driven. Main frame is constructed of 2 preformed steel channels and 4" X 12" X 3/8" tubing welded into a single frame. The mainframe will contain 7 cross members. There shall be 2 2-speed jack stands with hand cranks for stabilizing. Weight of the unit to be approximately 30,000 lbs. There shall be 2 axels rated at 20,000 lbs each. Axels shall use dual wheels with 215 X 75R X 17.5, 16 ply tires. All federal and state lighting requirements shall be met. The discharge conveyor to be equipped with a magnetic roller assembly to remove ferrous metal from the shredded material. The magnetic roller shall be 6" outside diameter, and 18" wide. The mounting shaft of the magnetic roller shall be no less than 1 1/4" shaft supported by pillow block bearings. The magnetic roller will discharge scrap metal into an aluminum deflector chute. The chute will be constructed of aluminum and will be 84" long, 19 -" wide and 5" deep. Cab must raise hydraulically to operate position, and pivot with loader. Cab and loader are capable of rotating 540 degrees in a noncontinuous arc. The following functions will be remote controlled from the cab: hydraulic stabilizers, tub rotation (speed & reverse) and engine kill switch. Engine oil and water gauges will be in the cab. Maximum horizontal reach 22'. 2 stabilizers are of telescopic type. Each stabilizer is individually controlled for maximum stability on uneven terrain. Stabilizers are operated by controls in cab of loader. Spread of stabilizers 11'. Pad size 12" X 12". All cylinder barrels are heavy wall tubing. Pistons and glands are cast iron and feature replaceable wear rings. Cylinder rods are heavy chrome plated. Cylinder pins are 2" diameter heat treated material. Independent system from main grinder hydraulic system. Capacity 30 gal with baffles. Filters suction reusable 100 mesh. Return double length 10 micron filter mounted in reservoir with easy change throw away element. Bi-rotational gear type pumps have dual hydraulic circuitry and operate at 1200 RPM. The dual circuit allows for more than one function to be operated simultaneously. Tandem 2" gears provide 20 and 28 gal per minute flow. Joystick control levers feature integral main relief, port relief, and anti-cavitation valves for smooth operation. All hydraulic systems operate at 2000 PSI. Loader weight approximately 6000 lbs. To include setup, training, manuals, operating instructions, parts lists.Date of delivery NLT SEP 1997; Place of delivery 7274 WARDLEIGH RD, BLDG 5, HILL AFB UT 84056-5137; Acceptance Dest; FOB Dest Clause 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Clause 52.212-2, Evaluation - Commercial Items does not apply to this acquisition. Offerors must include completed copies of the clauses 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items with your offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR commodity clauses cited in the clause are applicable to the acquisition: 52.203-10; 52.219-08;52.219-14; 52.222-26; 52.222-35;52.222-36; 52.222-37; 52.225-18. Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFAR clauses cited in the clause are applicable to the acquisition: The following additional contract requirement(s) or terms and conditions apply: 252.225-7012;252.233-7000. The Defense Priorities and Allocations System (DPAS) applies to this acquisition. The DO Rating is C9E. The date 97 JAN 28, time 2:00 PM MST, offers are due at the Directorate of Contracting/OO- ALC/PKOC Debbie Sparks, 6038 Aspen Ave Bldg 1289 NE Hill AFB UT 84056-5805. For information regarding this acquisition, please contact Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899. Please ensure solicitation number is on your mailing label. Automated statements in this synopsis regarding availability of written solicitations do not apply to this acquisition. The approximate issue/response date will be 30 Dec 96. 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-359 SN015144) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 39--RENTAL/MAINTENANCE OF 30-TON CRANE SOL N00189-97-Q-1544 DUE 010197 POC Dawn Fisher, (804) 445-2384; Robert Evans, (804) 444-4069 DESC: Rental of one (1) 30-ton crane with 99-ft telescopic section and 20-ft boom extension for use at SIMA Det. Portsmouth, VA. Solicitation will be issued on 1/7/97. The solicitation closing date will be 1/17/97. Request for solicitation must state that neither the requestor nor principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to so represent will be grounds for refusing the request. All requests for the solicitation must be in writing and may be mailed or faxed to the issuing address, fax #(757) 444-1728. Solicitations will be mailed out no earlier than 1/7/97. Numbered Note 1 applies CITE: (W-359 SN015275) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 42--SENSOR ASSY, C02 SOL N0010497QAC05 DUE 021197 POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Andrea M Reisser, 846.2, (717)790-1429 DESC: NSN 1H-4240-LL-Q71-6511-D4, SPEC NR TDP VER 004, Qty 25 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA - --Only sources previously approved have been solicited, since the award cannot be delayed to approve a new supplier. If you have not been solicited and can furnish either proof of prior approval, favorable production/test data or any pertinent data regarding this or similar items, please provide same to the PCO with your offer. Complete data is not available and cannot be furnished. All responsible sources may submit an offer which will be considered., See Note 9 CITE: (I-359 SN015237) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02411N, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160 SUBJECT: 42--NON-DEVELOPMENTAL, PORTABLE, HIGH PRESSURE BREATHING AIR COMPRESSOR (4500 PSI) TO FILL BREATHING AIR CYLINDERS USED WITH OPEN-CIRCUIT SELF-CONTAINED BREATHING APPARATUS FOR FIRE FIGHTING EQUIPMENT POC Thomas Bikowski, Contracting Officer, 703-602-8200; 02411N, Evelyn Lamendola, Contract Specialist, 703-602-8200 DESC: The Naval Sea Systems Command will be procuring a non-developmental, portable, high pressure breathing air compressor (4500 psi) to fill breathing air cylinders used with open-circuit self-contained breathing apparatus for fire fighting equipment using one or more Blanket Purchasing Agreement(s) (BPA) under existing General Services Administration (GSA) Federal Supply Schedule (FSS) Multiple Award Contracts. The air compressor is in the Federal Supply Class (FSC) Group 42, Part I, Section B, of the GSA FSS. The estimated order quantity for the first BPA is 8 units for which delivery will be required no later than November 1997. During the ordering period, the Government may conduct competitions for additional BPAs covering this air compressor. NAVSEA ultimately intends to outfit the fleet with approximately 650 air compressors. NAVSEA will hold an industry briefing for all interested parties at 1200 p.m. on Thursday, 6 February 1997 at Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242, Room 3S11. You are requested to confirm your intent to attend by letter addressed to Evelyn Lamendola, SEA 02411N, at the same address and/or FAX (703) 602-6235 CITE: (I-359 SN015357) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02411N, 2531 Jefferson n Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 42--NON-DEVELOPMENTAL, PORTABLE, HIGH PRESSURE BREATHING AIR COMPRESSOR (4500 PSI) TO FILL BREATHING AIR CYLINDERS USED WITH OPEN-CIRCUIT SELF-CONTAINED BREATHING APPARATUS FOR FIRE FIGHTING EQUIPMENT POC Thomas Bikowski, Contracting Officer, 703-602-8200; 02411N, Evelyn Lamendola, Contract Specialist, 703-602-8200 DESC: The Naval Sea Systems Command will be procuring a non-developmental, portable, high pressure breathing air compressor (4500 psi) to fill breathing air cylinders used with open circuit self-contained breathing apparatus for fire fighting equipment using one or more Blanket Purchasing Agreement(s) (BPA) under existing General Services Administration (GSA) Federal Supply Schedule (FSS) Multiple Award Contracts. The air compressor is in the Federal Supply Class (FSC) Group 42, Part I, Section B, of the GSA FSS. The estimated order quantity for the first BPA is 8 units for which delivery will be required no later than November 1997. During the ordering period, the Government may conduct competitions for additional BPAs covering this air compressor. NAVSEA ultimately intends to outfit the fleet with approximately 650 air compressors. NAVSEA will hold an industry briefing for all interested parties at 1200 p.m. on Thursday, 6 February 1997 at the Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242, Room 3S11. You are requested to confirm your intent to attend by letter addressed to Evelyn Lamendola, SEA 02411N, at the same address and/or FAX (703) 602-6235 CITE: (I-359 SN015358) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 43--HYDRALIC PUMP SOL N00189-97-Q-1611 DUE 011897 POC Ms. Tina M. Gillespie, Contracting Officer (757) 444-1726; Fax Number DESC: Provide parts for Macgregor Inc. Crane Model TAP 1626 consisting of: 1 EA Hydraulic Pump PTV 250 P/N 287-3758-801, 1 EA Swivel Rod P/N 487-4056-0001, 1 EA Lever "C" P/N 387-2138-801, 1 EA Remote Control Cylinder p/n 287-1643-804, 1 EA Swivel Rod P/N 387-1813-805. Delivery is required 30 Days after receipt of order. The requiring Activity is the NRCHTB, Cheatham Annex, 486 Mayfield St, Williamsburg, VA. Interested parties may request a copy of the Request for Quotation by writing to the issuing address or by facismile at (757) 444-1724. Requests for the "RFQ" must state that neither the requestor nor principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to so represent will be grounds for refusing the request. Reference the RFQ when requesting copies of the quotation. ****THIS IS A SAP REQUIREMENT CITE: (W-359 SN015317) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 46--WATER TREATMENT PLANT FACILITY, REPLACEMENT PARTS FOR SOL N00189-97-Q-1237 DUE 123096 POC Contracting Officer: Patricia E. Munroe, Code 202.9PM; FAX (757) DESC: Seeking sources capable of providing Anion Membranes and Top Electrodes; Mfg Ionics Inc., Cambridge, MA; FOB Norfolk, VA. Delivery 30 days ARO. This is a SAP requirement. Note 22 applies. Brand name only.Copies of request for quotation may be obtained from the bid board located at FISC, Bldg W-143-6, Norfolk, VA. A copy of the solicitation may be requested in writing to the issuing address, or by facsimile at (757) 444-4755. Interested parties should provide their CAGE Code, TIN # and FAX number. Requests for the solicitation must state that neither the requestor nor principal corporate officals and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so represent will be grounds for refusing the request. Refer to the solicitation number when requesting copies of the RFQ. The solicitation will be a 100% small business set-aside. CITE: (W-359 SN015348) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 48--REGULATOR SOL N00189-97-Q-1434 DUE 011297 POC Contracting Officer:SHARON HUNDLEY, CODE 204.33A; (757) 445-2696 FAX (757) 444-4181; PURCHASING AGENT: CAROLYN JOHNSON, CODE 200.XCJ; (757) 445-2891 FAX (757) 444-4181 DESC: 128 Each - Pressure Reducing P/N 44-1829-34-040. Ship to Naval Ship Systems Engineering Station, Philadelphia, PA. This is a SAP requirement. Copies of request for quotation may be obtained from bid board located at FISC, Bldg W-143-6, Norfolk, VA. A copy of solicitation may be requested in writing to the issuing address, or by facsimile at (757) 444-4181. Interested parties should provide their CAGE Code, TIN # and FAX number. Requests for the solicitation must state that neither the requestor nor principal corporate officals and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so represent will be grounds for refusing the request. Refer to the solicitation number when requesting copies of the RFQ. The solicitation will be a 100% small business set-aside. CITE: (W-359 SN015340) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 48--VALVE SOL N00189-97-Q-1432 DUE 011297 POC Contracting Officer:SHARON HUNDLEY, CODE 204.33A; (757) 445-2696 FAX (757) 444-4181; PURCHASING AGENT: CAROLYN JOHNSON, CODE 200.XCJ; (757) 445-2891 FAX (757) 444-4181 DESC: 11 Each - Lower (needle valve cartridge to be supplied with fixed hdl. in lieu of rem. hdl, P/N M3597/MPL2321. Ship to Naval Ship Systems Engineering Station, Philadelphia, PA. This is a SAP requirement. Copies of request for quotation may be obtained from bid board located at FISC, Bldg W-143-6, Norfolk, VA. A copy of solicitation may be requested in writing to the issuing address, or by facsimile at (757) 444-4181. Interested parties should provide their CAGE Code, TIN # and FAX number. Requests for the solicitation must state that neither the requestor nor principal corporate officals and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so represent will be grounds for refusing the request. Refer to the solicitation number when requesting copies of the RFQ. The solicitation will be a 100% small business set-aside. CITE: (W-359 SN015341) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 49--STORES RELEASE TEST SET SOL F42620-96-R-1015 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Bette Alston/Lfks/[801]777-7168 DESC: Amended, This solicitation has been cancelled and re-issued under solicitation F42620-97-R-20204. CITE: (I-359 SN015131) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 49--TEST SET SOL F42620-97-R-20204 DUE 021297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Bette Alston/Lfks/[801]777-7168 DESC: Item 0001 NSN 4920-01-302-1169WF P/N: 16U75500-855, Dim: 20"H X 20"W X 20"L. Delivery: 6 each Jun 98; 4 each per month Jul 98 - May 99 50ea. Applicable to: F-16. Destn: FMS Countries. Item 0002 NSN 4920-01-424-5684WF Stores Release Test Set P/N: 16U75500-877, Dim: 20"H X 20"W X 20"L. Delivery: 3 each Jun 98. 3ea. Applicable to: F-16. Destn: FMS Countries. Item 0003 NSN 4920-01-302-1170WF Stores Management System (Sms) Test P/N: 16U75501-865, Dim: 20.5"L x 14.5"D x 18.7"H. Delivery: 6 each Jun 98; 5 each Jul 98 - May 99 61ea. Applicable to: F-16. Destn: FMS Countries. Item 0004 NSN 6625-01-247-1978WF Calibration/Maintenance Test Set P/N: 16U75517-825, 15" W x 29" L X 8" H Delivery: 3 each per month Jun 98 Apr 99. Basic with one option 33ea. Applicable to: F-16. Destn: FMS Countries. This solicitation was originally solicitated under F42620-96-R-1015 which has been cancelled and replaced with F42620-97-R-20204. The approximate issue/response date will be 13 Jan 97. To: Lockheed Martin Corp, Fort Worth TX 76101-0748. To: Olin Aerospace Company, Redmond Wa 98073-9709. 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-359 SN015135) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 49--SECURING DEVICE, AIR SOL DAAJ09-97-Q-0440 DUE 020797 POC Carolyn Gates, Contract Specialist, AMSAT-A-PLBB, 314-263-0768 or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769 or DATAFAX 314-263-9012. DESC: NSN: 4920-01-128-6321, IAW ATCOM Spares Technical Data Package, 81996/145E5996, Rev D, Quantity 48 each. Applicable to the CH-47D aircraft. FOB Destination to New Cumberland, PA 17070-5001. Required delivery with First Article Testing is 24 each 300 DACA and 24 each per month thereafter, First Article Test Report due 228 DACA. Required delivery without First Article Test is 24 each 240 DACA and 24 each month thereafter until completion. All responsible sources may submit a bid or a proposal which shall be considered by the agency. This is 100 percent Small Business Set-Aside. Subject to the availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Carolyn Gates, Contract Specialist, on 314-263-9012. The principle medium which the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD Reader are required. See Numbered Note(s): 1. CITE: (I-359 SN015284) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 49--BALANCER, VEHICLE WHEEL SOL F41608-97-R-13339 DUE 021397 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Ruiz, H./ldksg/[210]925-4706 DESC: Item 0001 NSN 4910-01-309-1751 P/N: 6401, Used to Dynamically Balance Vehicle Wheels to ensure wheel rotation and prevent irregular tire wear. 7EA. Applicable to: Vehicle Maintenance. Destn: FE5621, FE6044, FE6151, fe5294, FE3089, FB2059. Delivery: 31 Oct 97 7 ea No Government Drawings are available The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 31 Mar 97. Oral procedure will be used for this solicitation. To: Hennessy Industries Inc, Lavergne Tn 37086-1982. 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. CITE: (I-359 SN015373) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 51--WRENCH, SPANNER ALLIEDSIGNAL INC SOL SP0490-97-Q-V214 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. For copies of RFQ solicitations, contact Richard Rosan Elli/CKC04/(804)279-6635/FAX# (804)279-5643/KO-MAGNORA Jackson/(804)279-5924 DESC: PR-NO: RPG96346000474 NSN 5120-01-356-6048, this solicitation is canceled in its entirety. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015065) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 G E AIRCRAFT ENGINE BUSINESS GROUP (99207) SOL SP0500-97-Q-K260 DUE 012997 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jim Lewicki/LAC20/X2349 buyer: eri KA Vivar/LAC30/X0922 DESC: PR-NO: YPI96344001674 NSN 5330-01-174-8128, 457 -EA Del to New Cumberland PA 17070-5001 Del by 03 Apr 97. RFQ due date 97 Jan 29 specs: (99207) 4045T77P02 primary quantitty 457 deliveries to CONUS (excluding Alaska). Delivery schedule: required 90 days. NOTES 12 and 1 applies sizestanard: 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 reqest to (215) 697-6333 or X1462 or X2978. Specs/Dwgs are not required. CITE: (I-359 SN015391) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--NUT, EXTENDED WASHER, HEXAGON FAIRCHILD IND. INC (83324) SOL SP0500-97-Q-K391 DUE 011097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Gerald brennan/JCB29/X0524 buyer: Jerry brennan/JCB29/X0524 DESC: PR-NO: YPI96346000824 NSN 5310-00-582-6785, 6,680 -EA Del to New Cumberland PA 17070-5001 Del by 24 Apr 97. RFQ due date 97 Jan 10 specs: Fairchild Ind. Inc (83324) P/N 0624CC-30 primary quantity 6680 deliveries to CONUS(excluding Alaska). Delivery schedule: 60 days. NOTE 1 applies sizestandard: 500 this purchase is for a national defense item and therefore restricted to U.S. sources. 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-359 SN015393) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--COVER, ACCESS 19200 U S ARMY ARMAMENT RESEARCH & DEVELOPMENT SOL SP0500-97-Q-K789 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Nancy Rice/MCB05/X5277 buyer: maur een Tyler/MCC11/X4017 DESC: PR-NO: YPI96352000375 NSN 5340-01-354-3790, 13 -EA Del to (Call contracting office) Del by 03 Dec 96. RFQ due date 97 Jan 17 specs: DWG# 19200 12918366 Rev D primary quantity 13 delivery schedule: 100 days NOTES 1 and 9 applies sizestandard: 500 other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333 or X1462 or X2978. CITE: (I-359 SN015395) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 ALLIEDSIGNAL INC ALLIEDSIGNAL ENGINES (99193) SOL SP0500-97-Q-K302 DUE 012997 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jim Lewicki/LAC20/X2349 buyer: eri KA Vivar/LAC30/X0922 DESC: PR-NO: YPI96339001069 NSN 5330-01-018-7954, 170 -EA Del to Tracy CA 95376-5000 Del by 03 May 97. 230 -EA Del to New Cumberland PA 17070-5001 Del by 03 May 97. RFQ due date 97 Jan 29 specs: 5330010187954 primary quantity 230 deliveries to CONUS (excluding Alaska). Delivery schedule: required 90 days. NOTE 12 applies. 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 NOTE: 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-359 SN015405) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--STUD ASSEMBLY, TURNLOCK FASTENER FAIRCHILD CORP (71286) TORRANCE CA SOL SP0500-97-Q-H040 DUE 010797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Iris Brotman/UAB02/X9328 buyer: Iris Brotman/UAB02/X9328 DESC: PR-NO: YPI96358001611 NSN 5325-00-189-9890, surface treatment Cadmium and chromate fastener diameter .486 in min - .510 in max length eyelet .410 inches nominal eyelet outside diameter .373 in nominal 3,000 - EA Del to New Cumberland PA 17070-5001 Del by 20 Feb 97. 2,000 -EA Del to San Diego CA 92136-0000 Del by 20 Feb 97. RFQ due date 97 Jan 07 specs: Fairchild 80S01-1-1AA incremental bidding: primary quantity: 5000 EA 1ST alt quantity: 7000 EA 2ND alt quantity: 9000 EA deliveries to CONUS(excluding Alaska) delivery schedule: 60 days this is a small business set-aside, the size standard is 500 (NOTE 1 applies) 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-359 SN015406) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH FED. SPEC. MM-L-751, "LUMBER, SOFTWOOD". ALL SOL SP0500-97-Q-K899 DUE 011597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff Kochanowicz/WAA04/0955 buye R: Lisa vivino/WAA26/X5590 DESC: PR-NO YPI 96354000211 NSN 5510-00-220-6194, lumber, softwood; I/A/W MM-L-751. Grade: STD/NO.2 - size: 2 "X 4" 49,086 -BF Del to Mechanicsburg PA 17055-0789 Del by 10 Feb 97. RFQ due date 97 Jan 15 specs: I/A/W spec NR MM-L-751H predominant material: lumber, softwood size/dimen: 2X4 - 16 feet only primary quantity: 8193 delivery schedule: 14 days this is a small business set-aside, the size standard is 500 specs/Dwgs are not required this solicitation also contains YPI96354000216 to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-359 SN015396) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--LENS, INFRARED RECEI SOL SP0970-97-Q-A127 DUE 011797 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96313000917 NSN 5855-01-284-6373, CAGE 96214 Part No 2769257-1 20 -EA Del to Mechanicsburg PA 17055-0789 Del by 02 Dec 96. 5 - EA Del to Lathrop CA 95330 delivery schedule: 30 EA within 90 days; remainder within 30 days thereafter. Various increments solicited: 1--20, 21--40, 41--60. Threshold PR quantity: 30 EA. Standard size: 750. Unrestricted (sole source/single source) (no preference). Other than full and open competition: part numbered item. products offered clause applies. Issue date: 10 Jan 97; closing date: 17 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015046) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--CONTROL INDICATOR SOL N0038397G005F DUE 021297 POC Contact Point, Stanley L Shumas, 0234.02, (215)697-3774, Fax, (215)697-3340, Twx, Not-avail, Contracting Officer, Rita Kenney, 0234, (215)697-6527 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-5895-01-109-0865-PF, Ref Nr 1214AS100, Qty 4 EA, Delivery FOB Origin-----This is a requirement for establishment of a BOA (Basic Ordering Agreement) for repair of various repairable assemblies installed in A-6/EA-6B, AV-8, C-2, E-2, F-14, F-18, H-1/H-46, H-3/H-53, P-3, S-3, GSE, and Common Avionics. Due to limited data, only Hughes Technical Services Company, Indianapolis Indiana, is the only commercial source able to accomplish the requisite repairs. The BOA will be in place for a two year period., See Note 22 CITE: (I-359 SN015225) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--IMAGE INTENSIFIER,N SOL N0038397RP459 DUE 020397 POC Contact Point, Elizabeth A Dimperio, 0222.02, (215)697-6530, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-5855-99-496-1664-LX, IAW Ref Nr 7914-00351, Qty 69 EA, Deliver to Naval Surface Warfare Center Crane IN, See Note 22 CITE: (I-359 SN015226) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58--AMPLIFIER-DETECTOR SOL N0010497QGB03 DUE 021197 POC Contact Point, Kay Y Larue, 02152.2, (717)790-2498, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-5895-01-262-4058, SPEC NR TDP VER 002, Qty 16 EA, Deliver to Martin Marietta Moorestown NJ, See Note 9 CITE: (I-359 SN015238) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: U.S. Department of Commerce, Room 4327, Washington, DC 20230 SUBJECT: 58--NATO TENDER: U.S. NAVAL FACILITIES ENGINEERING COMMAND-CONSTRUCTION CONTRACT TO EXTEND HYDRANT FUEL SYSTEM AT U.S. NAVAL AIR STATION IN SIGONELLA, ITALY SOL N33191-95-B-4290 DUE 011397 POC Alexis Kemper, (202) 482-1512. DESC: The United States Naval Facilities Command invites bids for a construction contract to extend hydrant fuel system at the U.S. Naval Air Station, Sigonella, Italy. The work include the construction of two 6,000 barrel fuel tanks, alterations to filter/manifold operations area, new pumping and control facilities, a new truck fill stand, three aircraft fueling hydrants and necessary modifications to the existing apron for same, ready service and return piping, utilities and related site preparation, and incidental related work. All applicants must be certified to compete in NATO ICB by the U.S. Department of Commerce, Office of Telecommunications. Submit all nomination requests to Alexis Kemper (FAX: (202) 482-5834) by COB 13 January 1997. CITE: (M-359 SN015254) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM, C4IEW Acquisition Center, Fort Monmouth, New Jersey 07703-5008 SUBJECT: 58--VARIOUS SPARE PARTS IN SUPPORT OF THE AN/TSC-122 SOL DAAB07-97-R-D012 DUE 020797 POC Rosetta Wisdom, AMSEL-ACCA-D-AW (908) 532-1417, Andrew A. Dellomo, Contracting Officer. DESC: This is an announcement that the U.S.A CECOM will be issuing a firm fixed price, sole source solicitation to Rockwell International, 3200 E. Renner Road, TX 75081 for various spare parts in support of AN/TSC-122/120 communications system. The spare parts to procure as follows: Panel Monitor, NSN: 5895-01-334-8290, 9 each; Modem Communication, NSN: 5895-01-399-2507, 22 each; Chassis, Electrical, NSN: 5875-01-399-3079, 6 each. This requirement contains a 100% option for Increased Quantities. Drawings are not available. 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) expected to exceed 25 thousand dollars from Government to industry. All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from 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. Detailed information regarding system requirements is contained in the U.S. Army CECOM EBB user's manual. A user's manual, identification code and password in addition to a computer terminal equipped with the necessary hardware and software to interface with the EBB system. Detailed information regarding system requirements is contained in the US Army CECOM EBB User's Manual. A user's manual, identification code and password will be issued upon request. All requests must include 1) Company Name, 2) Point of Contact Name(s), and Title(s), 3) return address(s), and 4) Telephone Number(s). Please send your request in writing to either Mr. Thomas Newman or Mrs. Anita McGhee, US Army CECOM, AMSEL-ACSP-BC, ATTN: EBB, Ft. Monmouth, NJ 07703-5000. Fax (908) 532-6020, Commercial (908) 532-3820. CITE: (I-359 SN015303) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 58--THEATER PROJECTIONS/STEREO SOUND SYSTEMS SOL N00189-97-Q-1510 DUE 011397 POC Terri Harmon, Contracting Officer, Code 2021.01; David C. Zareczny, DESC: Name Brand Only: 2 Each, Strong International Projectors, Highlight II Console, 2000 Watt with high reactance power supply, 208 VAC, three phase, 60 HZ; 2 Each, Simplex All-In-One, 35mm, Projector with two lens, automatic turret and aperture changer. Complete Request for Quotation (RFQ) package available upon request, either by fax or in writing. CITE: (W-359 SN015339) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 58--THEATER PROJECTION/STEREO SOUND SYSTEM SOL N00189-97-Q-1350 DUE 122996 POC David C. Zareczny, Purchasing Agent, Code 2021.02; Terri Harmon, DESC: Name brand only, for theater projection system and stereo sound system. 2 each, Strong International projectors; 2 each, Simplex all-in one system. Complete Request For Quotation ( RFQ ) package available upon request, either by fax or in writing CITE: (W-359 SN015347) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 58--THEATER PROJECTION SYSTEM AND STEREO SOUND SYSTEM SOL N00189-97-Q-1279 DUE 123096 POC David Zareczny, Purchasing Agent, Code 2021.02; Terri Harmon, DESC: Name Brand Only, Strong International Projector with Highlight II Console, 4000 WATT with High Reactance Power Supply, 220 vac, Three Phase, 60 HZ, QTY: 2 each. This item and the items listed on Request for Quotation (RFQ) will be used for 35MM Projection System Design for ROTA,SPAIN NS Drive-in. Interested parties may fax or mail in request for quote (RFQ) Package. CITE: (W-359 SN015349) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245- SUBJECT: 58--INSPECT AND REPAIR AS NECCESSARY (IRAN) FOR MINI-DAMA COMMUNICATION SETS SOL N00039-97-R-0066(S) POC David Bodner, 02-32, 703-602-0694. DESC: Synopsis No. 15. The ACO at DCMAO San Diego will incorporate an Inspect and Repair As Neccessary (IRAN) item for AN/USC-42(V) Communication sets into SPAWAR contract N00039-89-C-0281. - --Quantity: 1 year. SPAWAR plans to award a sole sources contracts to : Titan Corp., 3033 Science Park Road, San Diego, CA 92121. See Numbered Note(s): 22. CITE: (I-359 SN015412) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave, Edwards Afb Ca 93524-1185 SUBJECT: 58--PURCHASE OF DATA RECORDING SYSTEM SOL F04700-97-T-1024 DUE 010897 POC Mike Keeling, Contract Specialist (805) 277-3900 ext 2249, John Lemacks, Contracting Officer (805) 277-3900 ext 2253 DESC: Edwards AFB CA is seeking potential sources for the following items: 1 each Data to Video Encoder, Merlin Engineering Works P/N ME-981; 1 each 2 Channel MIL-STD 1553 Interface for ME-981, Merlin Engineering Works P/N 981-1553RAB; 1 each Video to Data Decoder, Merlin Engineering Works P/N ME-991; 1 each 2 Channel MIL-STD 1553 Interface for ME-991, Merlin Engineering Works P/N 991-1553RAB. The systems must meet the following criteria; Data Input - 2 redundant Mil-Std-1553 buses, separate primary and secondary channels; Video Output - Frequency Response: 0.1 db to 3 Mhz; Group Delay Ripple: less than 25 nsec to 2.7 Mhz; 75 Ohm line; Composite 525 line NTSC monochrome or composite 625 line PAL monochrome video; Power - 28 VDC per Mil-Std-704D at less than 20 watts; Physical -Size: 4.6 x 6 x 6 inches; Weight: 6 pounds; Mounting: Hard mount, any axis; Environmental - Operating Humidity: 95% per Mil-Std-810E, Method 507.3, Procedure III; Operating Temperature: -30 C to +65 C per Mil-Std-810E, Method 501.3, Procedure II and Method 502.3, Procedure II; Explosive Atmosphere: Per Mil-Std-810E, Method 511.3, Procedure I; Operating Altitude: 60,000 feet in accordance with Mil-Std-810D, Method 500.2, Procedure II; Acceleration: 10g's per Mil-Std-810E, Method 513.4, Procedure II; Random Vibration: 10.5g's rms per Mil-Std-810E, Method 514.4, Procedure I; Operating Shock: 40g's per Mil-Std-810E, Method 516.4, Procedure I; Salt Fog: Per Mil-Std-810E, Method 509.3, Procedure I; the encoder must also be able to accept any other Merlin ME-981 Interface Modules (which are proprietary) which may currently exist and be used by aircraft at Edwards Air Force Flight Test Center, so the laboratory can duplicate the actual system configuration for system checkout/diagnostic purposes; Video to Data Decoder - Video Input - 75 Ohm terminating from playback tapedeck; Composite 525 line NTSC monochrome or composite 625 line PAL monochrome video; Video Output (for test only)- Composite 525 line NTSC monochrome or composite 625 line PAL monochrome video; Data Output - 2 redundant Mil-Std-1553 buses, separate primary and secondary channels; Power - 110/220 VAC 50/60 Hz, less than 80 watts; Physical Size - Standard EIA rack mounting, 3.42" H x 19.40" D x 19.00" W (with rack ears installed); Weight: 14 pounds; the decoder must also be able to decode video which was recorded using a Merlin ME 981 Data Encoder (as is currently done by aircraft at the AFFTC). Note: The decoder must also be capable of outputting other data formats if required (depending on what interface the encoder used). The 2 redundant Mil-Std-1553 is the only one specified here. All interested sources that can provide equivalent items to those identified above must send in descriptive literature of your proposed items in sufficient detail to describe your technical capability. Offerors must provide this information by close of business on 8 Jan 97. The information can be faxed to (805) 258-9656, attn Mike Keeling. Anticipated date for issuance of a RFQ is 15 Jan 97. LINKURL: http://cpf.edwards.af.mil/contract/rfp.html LINKDESC: EMAILADD: keelingm%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-358 SN015023) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku 3-chome Shinjuku-ku, Tokyo 163-14 Japan SUBJECT: 58--I)INTEGRATED CIRCUIT CARD (IC CARD)(II)INTEGRATED CIRCUIT CARD PUBLIC TELEPHONE SOL IPO.08-414 DUE 012797 POC Point of Contact - NTT America, Inc., Head Office, 101 Park Avenue, 41st Floor, New York, NY 10178, 212/661-0810 also NTT America, Inc., Pacific and Western Division 700 E. El Camino Real, Suite #200, Mountain View, CA 94040, 415/940-6565 DESC: This public notice is to request suppliers to provide N TT with general referential information on similar products or technology prior to procurement of the intended product (mentioned below) by NTT. This public notice is also to request that any suppliers wishing to participate as a subcontractor in the procurement program of this product should declare their intentions to that effect. This public notice is not intended to guarantee public notification of procurement of the product. (1) Name: (i)Integrated circuit card (IC card) (ii)Integrated circuit card public telephone (2) Overview:(i)Integrated circuit card:Integrated circuit cards for public telephones.(ii)Integrated circuit card public telephone:Public telephones operated by IC cards and connected to ISDN network to transmit voice and non-voice information(3) Contents of RFI: NTT is inviting the following types of information on a product or technology similar to the above-mentioned system. This is not, however, a request for suppliers to provide proprietary and/or confidential information, [1] Technical information (i)Integrated circuit card $B!& (BElectrical Characteristics $B!& (BPhysical Characteristics appearance,dimensions $B!& (BEnvironment conditions operatingtemperature,operating humidity $B!& (BDurability $B!& (BReliability $B!& (BData input-output interface $B!& (BFunctions of chip $B!& (BSize of chip (ii)Integrated circuit card public telephone $B!& (BElectrical Characteristics $B!& (BPhysical Characteristics appearance,dimensions $B!& (BEnvironment conditions operatingtemperature,operating humidity $B!& (BInstallation conditions $B!& (BFunctions $B!& (BSupervision control functions $B!& (BDurability $B!& (BCard input-output interface $B!& (BNetwork interface $B!& (BSystem configuration [2]Prices [3]Standard time of delivery after ordering [4]Sales records [5]Other (4) Request for Declaration of the Intention of Participating as a Subcontractor: Any suppliers wishing to participate as a subcontractor in the product procurement program of NTT, are requested to supply NTT with the information listed below. After preparing a list of supplied information, NTT will provide the list to suppliers who wish to be provided with it, to those who have responded to the request for supply of the information listed and to those who have purchased the PROCUREMENT DOCUMENTATION relating to procurement of the product. NTT, however, will undertake no responsibilies for any outcomes arising from supply of the list, (i)Name of supplier, (ii)Place of contact (Address, name of the person in charge, telephone number, and fascimile number). (5) Deadline of submission of materials and comments: 3:00 PM, January 27, 1997 (Mail must arrive no later than the above date). (6) Language: Japanese or English***** LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-359 SN015130) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: 750 CONF/LGC, Onizuka Air Station, 1080 Lockheed Way, Box 039, Sunnyvale, CA 94089-1234 SUBJECT: 59--TAPE RECORDING, SYSTEM, MAGNETIC DIGITAL SOL F04689-97-T0287 DUE 011597 POC Larena Sellers, Purchasing Agent (408)752-3858/Contracting Officer, Ivy Abafo, (408)752-3859 DESC: The government intends to procure the following requirement: One tape recording system, magnetic digital. Includes four channel PCM MUX/DEMUX. Data is recorded on a 3.8 mm wide magnetic tape using the helical/scan recoring system. Max record time is two hours. Manufactured by Joseph Heim, in Germany. Manufacturers code and part number: C4510DATAREC-D3. This item is being solicited on an "or equal" basis. All reponsible sources may submit an offer which will be considered. Delivery of item(s) are required 60 days after contract award. See numbered notes 1 and 23. Facsimile requests should be sent to (408)752-3862. Telephone requests will not be honored. CITE: (W-358 SN015025) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--ANTENNA ASSEMBLY SOL SP0970-96-Q-0454 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: YPE95247001075 NSN 5985-00-873-6662, CAGE S4956 Part No 6010643 CAGE 13499 Part No 522-0700-003 @COMPONENT quantity 1 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited from: 25-49 EA; 50-74 EA; 75-99 EA; 100-149 EA; 150-199 EA; 200-249 EA. PR quantity: 61 EA. Deliver to: 61 EA - SW3100 - Mechanicsburg PA. Delivery schedule: all quantities IN 90 days. Set aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015076) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--ANTENNA SOL SP0970-97-Q-A117 DUE 011797 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96310001692 NSN 5985-01-317-1895, CAGE 13691 Part No S65-8282-26LB CAGE 63563 Part No 12-237BRF no releaseable data for manufacturing purposes. Other than full and open competition. Part numbered item. Products offered clause applies. Various increments solicited from: 10-14 EA; 15-19 EA; 20-24 EA 25-49 EA; 50-74 EA; 75-99 EA. PR quantity: 7 EA. Deliver to: 7 EA SW3100 Mechanicsburg PA; 11 EAW62G2T Lathrop, CA; 5 EA - SW3100 Mechanicsburg PA. Delivery schedule: all quantities IN 90 days. Set-aside type: total small business set-aside. Size standard: 750 small business percent: 100. All responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015079) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL N0038397QB040 DUE 020397 POC Contact Point, Thomas Rohan, 0231.16, (215)697-2326, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kathryn M Andrews, 0231.01, (215)697-5980 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-5998-01-295-8991-AC, Ref Nr 32-085707-01, Qty 43 EA, Delivery FOB Origin-----,DRWGS/SPECS NOT AVAILABLE, See Note 22 CITE: (I-359 SN015227) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--ANTENNA SOL N0038397QB041 DUE 020397 POC Contact Point, Toni Collins, 0231.04, (215)697-2571, 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-5985-01-009-2285-FE, IAW Ref Nr 444506-2, Qty 9 EA, Delivery FOB Origin----- DRAWINGS ARE NOT AVAILABLE. DUE TO THE UNAVAILABILITY OF DRAWINGS OR OTHER DATA THIS REQUIREMENT WILL BE RESTRICTED TO RAYTHEON COMPANY., See Note 22 CITE: (I-359 SN015228) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--ELECTRON TUBE SOL N0038397RN087 DUE 020397 POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Linda T Rein, 0233.03, (215)697-2811 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-5960-01-221-2880-XH, SPEC NR TDP VER 001, Qty 6 EA, Delivery FOB Origin----- Drawings are not available., See Note 22 CITE: (I-359 SN015229) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL N0010497QNB58 DUE 021197 POC Contact Point, Lisa A Gilbert, 02151.15, (717)790-2621, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Kathleen B Acox, 02151.2, (717)790-4050 DESC: NSN 7H-5998-00-487-3362, SPEC NR TDP VER 002, Ref Nr 61711143-301B, Qty 3 EA, Delivery FOB Origin, See Note 22 CITE: (I-359 SN015239) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 59--FLAT PANEL DISPLAYS SOL N61331-97-R-0018 DUE 021397 POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface Warfare Center, intends to award a sole-source contract to Photonic Systems, Inc. Northwood, OH for 17 each Flat Panel Displays with an option for an additional 16 units. This item is a component being utilized in the production of the Swimmer Delivery Vehicle (SDV) Service Life Extension Program (SLEP). This item is the subject of the Naval Sea Systems Command (NAVSEA) Source Control Drawing Number 53711-7110082 which states that Photonic Systems, Inc. is the sole approved source for these parts. The drawing does not contain the infomration on the construction or performance of this item necessary for competition. DSY Systems is the only source that can meet this requirement. See note 22. CITE: (I-359 SN015438) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 59--VME 6U GRAPHICS PRINTED WIRING BOARD ASSEMBLIES SOL N61331-97-R-0020 DUE 021397 POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Coastal Systems Station Dahlgren Division, Naval Surface Warfare Center, intends to award a sole-source contract to D4Y Systems of Warrenton, VA for 12 each VME 6U Graphics Printed Wiring Board (PWB) Assemblies with an option for an additional 10 units. This item is a component being utilized in the production of the Swimmer Delivery Vehicle (SDV) Service Life Extension Program (SLEP). This item is the subject of the Naval Sea Systems Command (NAVSEA) Source Control Drawing Number 53711-7110091 which states that D4Y Systems is the sole approved source for these parts. The drawing does not contain the information on the construction or performance of this item necessary for commpetition. D4Y Systems is the only source that can meet this requirement. See Note 22. CITE: (I-359 SN015439) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 59--VME 6U INTERFACE PRINTED WIRING BOARD ASSEMBLIES SOL N61331-97-R-0019 DUE 021397 POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface Warfare Center, intends to award a sole-source contract to SBS Technologies, Inc. for 12 each VME 6U 1553 Interface Printed Wiring Board (PWB) Assemblies with an option for an additional 11 units. This item is a component being utilized in the production of the Swimmer Delivery Vehicle (SDV) Service Life Extension Program (SLEP). This item is the subject of the Naval Sea Systems Command (NAVSEA) Source Control Drawing Number 53711-7110195 which states that SBS Technologies, Inc. is the sole approved source for these parts. The drawing does not contain the information on the construction or performance of this item necessary for competition. SBS Technologies, Inc. is the only source that can meet this requirement. See Note 22. CITE: (I-359 SN015440) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 59--VME 3U DSP PRINTED WIRING BOARD ASSEMBLIES SOL N61331-97-Q-1814 DUE 012497 POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface Warfare Center, intends to award a sole-source Purchase Order to Innovative Integration, Westlake Village, CA for 25 each VME 3U DSP Printed Wiring Board Assemblies with an option for an additional 24 units. This item is a component being utilized in the production of the Swimmer Delivery Vehicle (SDV) Service Life Extension Program (SLEP). This item is the subject of the Naval Sea Systems Command (NAVSEA) Source Control Drawing Number 53711-7005625 which states that Innovative Integration is the sole approved source for these parts. The drawing does not contain the information on the construction or performance of this item necessary for competition. Innovative Integration is the only source that can meet this requirement. See note 22. CITE: (I-359 SN015441) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 59--COMPUTER PRINTED WIRING BOARD ASSEMBLIES SOL N61331-97-Q-1815 DUE 012496 POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface Warfare Center, intends to award a sole-source Purchase Order to Dynatem, Mission Veiho, CA for 12 each Computer Printed Wiring Board Assemblies with an option for an additional 12 units. This item is a component being utilized in the production of the Swimmer Delivery Vehicle (SDV) Service Life Extension Program (SLEP). This item is the subject of the Naval Sea Systems Command (NAVSEA) Source Control Drawing Number 53711-7110090 which states that Dynatem is the sole approved source for these parts. The drawing does not contain the information on the construction or performance of this item necessary for competition. Dynatem is the only source that can meet this requirement. See Note 22. CITE: (I-359 SN015443) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: Commandant (G-ACS-3B), U.S. Coast Guard Headquarters, 2100 Second Street, S.W., Washington, D.C. 20593-0001 SUBJECT: 59--MARKET SURVEY FOR PROGRAMMABLE 12VDC SOLID STATE FLASHERS FOR MARINE AID TO NAVIGATION SOL N/A DUE 022897 POC 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 can provide commercially available programmable 12VDC solid state flashers for marine aids to navigation. This flasher may eventually replace all the non-programmable 12VDC type CG-181 flashers. The flasher must conform to the physical fit and electrical function of the type CG-181, and interface with Coast Guard standard 6- place lampchangers (CG-6P) and lanterns. Companies that have flashers 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. The Government will review all submitted statements of capabilities to determine market availability of the flashers. Copies of our current flasher specification are available from the Specification Preparing Activity (SPA), Commandant (G-SEC-2A), U.S. Coast Guard Headquarters, 2100 Second Street, S.W., Washington, D.C. 20593-0001. Submit your information no later than February 28, 1997. THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN INVITATION FOR BIDS. THIS IS ONLY A MARKET SURVEY. CITE: (I-358 SN015029) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 60--CABLE, FIBER OPTIC (SPI) 01-01 APPLIES SOL SPO970-97-Q-A129 DUE 011797 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96250000452 NSN 6015-01-229-7388, CAGE 64959 Part No 105910244 CAGE 64959 Part No 4DAX-0120BXD-B2 general characteristics: single mode fiber; stranded core; crossply sheath(600 lb); 0 to 12 fibers other than full and open competition. part numbered item. Products offered clause applies. PR quantity: 18,644 Mr. Deliver to: 18644 Mr - WT4G36 Pyongtaek, Korea. Delivery schedule: all quantities IN 30 days. Set aside type: total small business set-aside. Size standard 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-359 SN015078) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 60--FIBER OPTICS MATERIALS AND COMPONENTS, ASSEMBLIES AND ACCESSORIES SOL N68936-97-Q-0657 DUE 012897 POC Phyllis Jenkins, Purchase Agent, at 619-939-4277 or Susan Rizzardini, Contracting Officer, at 619-939-9653. DESC: The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an Other Than Full and Open Competition Basis from Math Associates Inc., 5500 New Horizons Blvd., Amityville, NY 11701-1156, 20 Each - Fiber Optic Video Transmitters, 20 Each - Fiber Optic Video Receivers, 5 Each - Fiber Optic 4 Channel Video Mux Transmitters, 5 Each - Fiber Optic 4 Channel Video Mux Receivers, 5 Each - Fiber Optic Video/Audio Transmitters, 5 Each - Fiber Optic Video/Audio Receivers, 15 Each - Fiber Optic Video/Duplex Data Transmitters, 15 Each - Fiber Optic Video/Duplex Data Receivers, 15 Each - Fiber Optic TTL Transmitters, 15 Each - Fiber Optic TTL Receivers, 30 Each - Fiber Optic 10MHz Analog Transmitters, 30 Each - Fiber Optics 10MHz Analog Receivers, 84 Each Rack Mount Adapter, Model AP-1000, 26 Each - Rack Mount Adapters, Model AP-2000, 18 Each - Rack Mount Card Cage with Built-in Power Supply. The Sole Source is based on compatibility with existing Math Associates, Inc. fiber optic equipment. Fiber optic equipment manufactured by another company would not physically fit into the Math Associates housing currently running the fiber optic communication system at the Naval Air Warfare Center, China Lake. Any firms believing they can provide this equipment shall submit a written response to be received at the Contracting Office no later than 5 DAYS after the date of publication of this notice, clearly showing its ability to provide the required equipment. Request for Quote will be available on or about 13 Jan 97. Award is expected to be made 31 Jan 97. Note 22. CITE: (I-359 SN015415) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: US Postal Service, Purchasing & Material Service Center, 150 South Wacker Drive, Suite 200, Chicago, IL 60606-4100 SUBJECT: 61--LAN CABLING INSTALLATIONS SOL 162745-97-A-0117 DUE 020797 POC Contact Yolanda K. Richmond, (Purchasing Specialist), (312) 424-2462 - Shirley A. Washington, Purchasing Specialist, (312) 424-2466 DESC: Solicitation No. 162745-97-A-0117, Due 02/07/97. The U.S. Postal Service is seeking to prequalify firms for the installation of Category Five (5) LAN cabling requirements in the USPS Great Lakes Area. The Great Lakes Area consist of seven (7) postal service districts within the states of Illinois, Indiana, and Michigan. The Postal Service Prequalification Review Board will determine which firms are the "Most Highly" qualified to receive Requests for Proposals (RFPs) for LAN cabling requirements in the Great Lakes Area. Interested offerors shall be required to complete a prequalification package and give an oral presentation to the Prequalification Review Board in Chicago, IL. Request for prequalification packages must be in writing or by fax ((312) 424-3170) and received within 10 days after the date of this notice or until supply is exhausted. CITE: (W-359 SN015331) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 61--CONVERTER, FREQUENCY SOL F41608-97-R-74259 DUE 021497 POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional information contact Torres, F. R./lck2586/[210]925-6837 DESC: Item 0001 NSN 6130-01-389-0608LD P/N: 1-002-0102-0438, Size/Diminsions: 18" X 8", 43 lb Form, Fit, and Function: Used for Aero-medical life support equipment, inside the lower avionics rack. Predominant material: Steel 6EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 30 Sep 97 6 ea Item 0002 NSN 6130-01-389-0608LD Converter, Frequency P/N: 1-002-0102-0438, Size/Diminsions: 18" X 8", 43 lb Form, Fit, and Function: Used for Aero-medical life support equipment, inside the lower avionics rack. Predominant material: Steel 3EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 30 Sep 97 3 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 15 Jan 97. To: Avionic Instrument Inc., Avenel, NJ 07001. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-359 SN015378) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 61--W 7 CABLE SOL F34601-97-Q-49501 DUE 021097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Jackie Seaman/Lpdpb/[405]739-4440 DESC: Item 0001 NSN 6150-01-308-8500PR P/N: 7156M47G02, The W 7 cable is color coded blue. It has 3 extending branches and 5 connecting points. Basic material- 17 stranded cond, wire 20 gauge a wg electrical wiring. Dimensions. Main cable length measures approx. 5 ft to 8 ft with 3 extending branches measuring approx 2 ft. to 5 ft. Function is to supply power to certain accessory components, supply electricity governing functions or feedback signals. 5EA. Applicable to: F110. Destn: DTK002. Delivery: 30 Sep 98 5 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 27 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. 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-359 SN015385) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Fleet and Industrial Supply Center, Contracting Dept., 110 Yorktown Ave., Box 97, Naval Air Station Jacksonville, FL 32212-0097 SUBJECT: 65--REAGENTS (TEST KITS) FOR THE NAVAL HOSPITAL, JACKSONVILLE, FLORIDA SOL N68836-97-R-0005 DUE 012897 POC Contact Point, Victoria West, Code 210.86, (904) 779-3041, Fax (904) 779-3061 DESC: The Fleet and Industrial Supply Center, Jacksonville, Florida intends to negotiate with only Abbott Laboratories, Abbott Park, Illinois, under the authority of FAR 6.302, for a six-month supply of various reagents in various quantities to be used with the Abbott Immuno Assay System currently in place at the Naval Hospital, Jacksonville, Florida. Proposed contract will include an option quantity for a one-year supply. This notice of intent is not a request for competitive proposals. However, all proposals that clearly demonstrate the ability to meet the needs of the Government and which are received within thirty 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 on responses to this notice is solely within the discretion of the Government. Numbered Note 22 applies. CITE: (I-358 SN015022) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--TUBING, NONMETTALIC SOL SPO200-97-R-8109 DUE 020797 POC Contact: receptionist 215-737-3100 DESC: See NOTE: #9 annual EST. qty 3100 1338 annual min. 19,156 Ann. max., with an addt'l opt of 2 successive years, Del. to various destns, CID A-A-52047, 1 Apr 92, 30 day rfpissued O/A 1/07/97, POC: Proc. Agnt, Donna Spadaccini, on (215) 737-7197, or KO, Barbara Lessner, on the same. Solicitaton requests may be transmitted via; (215) 737-9300/1/2, Attn: dpscmqbb Spadaccini, approx. Bid opening dte. is 020797. This is only an EST. dte. All responsible sources may submit a proposal which shall be considered by the agency. All responsible sources may submit offer which DPSC shall consider. CITE: (I-359 SN015101) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--SUPPORT, LITTER, FOLDING, LIGHTWEIGHT, ALUMINUM SOL SPO200-97-R-8016 DUE 020797 POC Contact: receptionist 215-737-3100 DESC: PR-NO: YPM96342000008 NSN 6530-00-660-0034, 1,976 -PR Del to Mechanicsburg PA 17055-0789 Del by 31 Jul 97. 3,576 -PR Del to Tracy CA 95376-5000 Del by 31 Jul 97. See NOTES 3, 9, 16, this solicitation is being resynopsized to date due to a revision in the quantity, from 1185 to 5552, in the qty an in the addt'l opt qty, U/I PR, Del. To DD Mech, PA and DD Tracy, Tracy, CA., MIL-S-36545A, DTD 3/29/97, POC: Proc. Agnt, Gloria Zuccarello, on (215) 737-2895, or KO, Viola Redd, on (215) 737-2822, sched Del per bng Oct 97 and ending the same, 30 day rfp-issued O/A 010797, all materials used in fabrication are to be furnished by the successful bidder(S). Approx. bid opening dte is 020797. This is only an EST. dte. all responsible sources may submit a proposal which shall be considered by the agency. Solicitation requests may be transmitted via: facsimile # 215-737-9300, Attn: dpsc-mgp. All responsible sources may submit offer which DPSC shall consider. CITE: (I-359 SN015128) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 65--MISCELLANEOUS MEDICAL TEST KITS & CHEMICALS SOL N00189-97-Q-1236 DUE 010297 POC Dawn Fisher, (804) 445-2384; Robert Evans, (804) 444-4069 DESC: The government intends to award a sole source purchase order for various medical test kits and medicinal chemicals for use in a medical department onboard the USS Theodore Roosevelt. Items are sole source to Dade Chemical Systems, Inc., Duluth, GA. Delivery to be to Norfolk, VA. Solicitation will be issued on 1/2/97. The solicitation closing date will be 1/10/96. Request for solicitation must state that neither the requestor nor principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to so represent will be grounds for refusing the request. All requests for the solicitation must be in writing and may be mailed or faxed to the issuing address, fax #(757) 444-1728. Solicitations will be mailed out no earlier than 1/2/97. Numbered Note 22 applies CITE: (W-359 SN015276) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: MEDICAL CENTER, 2002 HOLCOMBE BLVD., HOUSTON, TX 77030-4298 SUBJECT: 65--RADIOPHARMACEUTICALS SOL IFB 580-32-97 DUE 022497 POC Contracting Officer, Bette McDole (713) 794-7403; 794-7090 DESC: Furnish Radiopharmaceuticals under a consolidated contract for VA Medical Centers in VISN 16. Each VAMC's requirements, delivery dates and times will be different. Solicitation will be published under the FAR, Part 12, "Acquisition of Commercial Items." Solicitation will be available o/a 1/24/97. Only written, or faxed, requests will be accepted. Fax No.: (713) 794-7968. All responsible sources may submit an offer. CITE: (I-359 SN015280) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential Sources Sought OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Philadelphia, PA 19101-8419 SUBJECT: 65--MARKET NOTICE POC Frank Tallent, DPSC, (215) 737-5746. DESC: The Department of Defense Pharmacoeconomic Center (PEC) is reviewing information to develop analytic methodologies to evaluate serum glucose monitors and test strips for used in the Military Health Services System. Manufacturers of products used for serum blood glucose monitoring are invited to present pharmacoeconomic information to the PEC. This information will assist in developing a model for evaluation of potential product selection for the Tri-Service Formulary (TSF). Any product selected for the TSF must be available at all military medical treatment facilities (MTFs) for use by both prescribers and patients. Further, TSF agents must become part of the MTF drug formulary. Presentations on serum blood glucose monitors and test strips will be scheduled for January 6 through 31, 1997. Please call Ms. Scott at (210) 221-4311, if you would like to schedule a presentation. Types of information being reviewed include head to head studies with competing products, patient compliance data, patient outcome studies, and any unpublished data relevant to the value of your product. The PEC requests that summary information tables be compiled from all relevant studies of your product and submitted to the PEC at least one week prior to formal presentations. These summary tables should include at a minimum the study citation, study design, number of subjects, and efficacy and compliance versus other products. UP to one hour is the preferred length of a presentation; not more than one hour will be allotted for a presentation. Each manufacturer will be limited to one presentation on serum blood glucose monitors and test strips. For further information, contact MAJ Greg Russie, R.Ph., MS, (210) 221-4311, DoD Pharamacoeconomic Center, 2107 17th Street, Bldg f4197, Ft. Sam Houston, TX 78234-5036. If a solicitation is issued as a result of this review, a separate notice prior to issuance will be published in the Commerce Business Daily. For further information, contact Mr. Frank Talent, DPSC, at (215) 737-5746. CITE: (M-359 SN015246) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--TEST SET, TELEPHONE SOL SP0920-97-Q-A103 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: YPE96187000192 NSN 6625-01-332-2307, test set, telephone northern Telecom Canada LTD (01794) P/N QSE5E northern Telecom Canada LTD (10794) P/N X9950655 Harris Corp (82430) P/N 21800-081 part numbered item. Products offered clause applies. PR quantity: 220 EA various increments solicited from 100 to 500 each. 95 EA Del to Mechanicsburg PA 17055-0789 125 EA Del to Stockton CA 95296-0130 delivery schedule: 220 IN 90 days and 200 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-359 SN015077) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--TRANSMITTER, LIQUID SOL SP0440-97-Q-T589 DUE 013197 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)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/804-279-4458. contracting officer: Kreylon V. Crewe/ 804-279-4105. DESC: PR-NO: YPG96332000907 NSN 6680-00-318-9488, part number: Simmonds Precision Products Inc., P/N 391003-066. McDonnell Douglas Corp., McDonnell Douglas Aerospace, P/N 68-580104-211. Specifications, plans ordrawings relating to the procurement described are not available and cannot be furnished by the government. 26 -EA Del to Mechanicsburg PA 17055-0789 Del by 180 DARO. Firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. See NOTE 22 more than one source. Intended source: Simmonds precision and McDonnell Douglas Aerospace. Solicitations between $25,000-$50, 000 solicitation will be made: in writing or orally anticipated award date is: 03 Feb 97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015095) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, DIFFERENTIAL SOL SP0440-97-Q-T584 DUE 012797 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)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96348000593 NSN 6685-01-308-6927, part number: ITT Barton instruments, P/N 19BMXXX0X96A4CXAXX02. Specifications, plans or drawings relating to the procurement described are not availablel and cannot be furnished by the government. Tech data package availability: 10 -EA Del to Norfolk VA 23511-3392 Del by 120 DARO. Duration of contract perood: firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): ITT Barton solicitations between $25,000-$50, 000 solicitation will be made: in writing or orally anticipated award date is: 01/28/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015097) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 66--WAVEFORM MONITOR SOL F42620-97-R-24706 DUE 021297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: Item 0001 NSN 6625-01-399-6871WF P/N: RD06J5X276B, Approx 6.14" h x 6.14" w x 15" l. Provides visual readout from improved avionics intermediate shop. 7ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 28 Nov 97 2 ea 31 Dec 97 5 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 13 Jan 97. To: Infodex Inc, Wolcott Ct 06716-2608. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 26. CITE: (I-359 SN015136) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--SENSING UNIT,OPTICA SOL N0038397RP444 DUE 020397 POC Contact Point, Elizabeth A Dimperio, 0222.02, (215)697-6530, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-6650-01-381-3542-SX, Ref Nr 1576AS220-1, Qty 38 EA, Delivery FOB Origin, See Note 22 CITE: (I-359 SN015230) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St.Louis, MO 63120-1798 SUBJECT: 66--LENS, OPTICAL INSTRUMENT SOL DAAJ09-97-Q-0366 DUE 020497 POC Linda Hocker, Contract Specialist, AMSAT-A-PLBE, 314-263-0793, FAX 314-263-9012, Evelyn Kelley, Contracting Officer, (314_ 263-0792. DESC: NSN: 6650-01-186-0975, P/N: 13079255, Quantity 254 each. This procurement is restricted to the following approved sources: Inrad, Incorporated, 181 LeGrand Ave, Northvale NJ 07647-2404 and Litton Systems Inc. Laser Systems Div, 2787 S. Orange Blossom Trail, Apopka, FL 32703. The required delivery is to the U.S. Army AH-64 Support Center, 1700 Tradeport Drive, Orlando, Florida 32824-7007. A First Article Test (FAT) is required. The First Article Test Report is due 138 days after contract award(DACA). The required delivery when FAT is applicable is 127 each, 318 (DACA) with the balance of 127 each due 348 (DACA). The required delivery when FAT is not applicable is 127 each, 150 DACA with the balance of 127 each due 180 DACA. Offers must meet a prequalification requirement in order to be eligible for award. The Government does not own specifications and drawings to permit full and open competition. This proposed contractual action is for supplies which cannot be procured through full and open competition because the authority cited states only a limited number of responsible sources an no other supplies or services will satisfy the Agency requirements. FAR 6.203.1 Authority and Justification is 10 U.S.C. 2304(c)(1). Firms that recognized and can produce the required items described above are encouraged to identify themselves to the Contracting Officer who can provide additional information regarding the qualification requirement. Please FAX your request on 314-263-9012. No telephone requests will be accepted. All responsible sources may submit an offer which shall be considered by the agency. See Numbered Note(s): 22. CITE: (I-359 SN015291) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: 66--ELECTRON GUN SOL F33601-96-T-A312 DUE 012897 POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: P Smith, 937-257-5851, Fax No 937-257-3926. DESC: Wright-Patterson AFB has a requirement for an Electron Gun. 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 F33601-96-T-A312 is a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-40. This is a small business set-aside procurement. The associated Standard Industrial code (SIC) for this procurement is 3671, and the small business size standard is 750 employees. There is one line item for an Electron Gun. Description: Electron Gun, Mfr: Kimball Physics Inc., Model EMG 12 or equal, 100 electron volts to 20 kilo electron volts, electron beam generator with power supply, Model EGPS-12 including the following options: Firing unit assembly Model #FRA-EMG-12, with barium oxide cathode (BAOO), Beam Blanking option, pneumatically actuated faraday cup, mode #FC-12/PA-300, special low light barium oxide (BAO) cathode included installation and testing, high current option #HC-EMG-12, current up to 1 milliamp, UHV spool piece with support (for decreasing insertion distance of gun), deflection taster generator Model #RGDU-EMG-12, remote control unit, electrometer/high-resistance system, recirculating chiloler Model #CFT-750, quick disconnect water lines, UHV phosphor screens, Model #PHOS-UP-22GL-B7x7 R750, UHV phosphor screens, Model #PHOS-RP-22ss-BEXE R750. Model numbers are mfr. Kimball Physics Inc. or equal. Contractor shall supply one (1) set of commercial off the shelf operation and maintenance manuals to be delivered with the equipment. Standard commercial warranty is requested. All offerors shall submit literature demonstrating that their electron gun meets the requirement as stated above. Date of delivery is 90 days after receipt of order; place of delivery and acceptance is Wright-Patterson AFB OH 45433. FOB Destination. Instruction to Offerors--Commercial Items (Oct 1995) is hereby incorporated by reference. FAR 52.212-2, Evaluation--Commercial Items. Evaluation criteria to be included in paragraph (a) of provisions 52.212-2 are as follows: (1) technical capability of the equipment offered to meet the Governments requirements; (2) past performance; (3) price, in descending order of importance. Technical and past performance, when combined, are more important than price. All offers are to include with their offers a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commericial Items (available upon request). FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 1995) is hereby incorporated by reference. The following additional FAR clauses which are cited in clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order--Commercial Items are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.22-36, 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. Contractor shall provide a standard commercial warranty. All offers are due 4:00 PM EST on 28 Jan 97 and must be submitted to ASC/PKWOCA, Attn: Pat Z. Smith, 1940 Allbrook Drive, Ste 3, Wright-Patterson AFB OH 45433-5309, (937)257-5851 ext. 4301. Faxed offers will not be accepted. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 1. CITE: (I-359 SN015295) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 66--ADAPTER, SPEEDOMETER SOL DAAE0797QT194 DUE 022497 POC For a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Mary Lou McCullough (810) 574-7320 DESC: NSN: 6680010743792, qty: 409, FOB: destination, opt: 100% item: adapter, speedometer. Mfg PN: 086-111-0092 (Philips Tech) and 7 see NOTE: 22. The offer due date is on or about 022497 (see soliciation for actual offer due date). CITE: (I-359 SN015336) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 66--THERMOSTAT, OIL TEMP SOL F34601-97-08187 DUE 021497 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact David Hensley/Lidic/[405]739-4100 DESC: Item 0001 NSN 6620-01-119-6546 P/N: 5-10052, P/N 695539-5 P/N: 77000580-000, Approx. 3.3"W X 7.35"H X 21/2"L; made of aluminum case, stainless steel probe measures oil temperature and displays information on remote cockpit indicator; NHA A/C C-130. 465EA. Applicable to: C130. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 Sep 97 465 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 15 Jan 97. To: Psg Industries Inc, Perkasie Pa 18944-2131. To: Dne Technologies Inc, Wallingford Ct 06492-0030. To: Lockheed Aeronautical Systems Co, Marietta Ga 30063-0290. 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, 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note (s) 26. CITE: (I-359 SN015381) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--CLEANING COMPOUND, AIRCRAFT SURFACE SOL SP0450-97-Q-N324 DUE 020597 POC Contact: for copies of RFP/IFB solicitations, phone or writ E DSCR Attn: DSCR-JDPC Richmond VA 23297-5312/sue crol L/AC421/buyer/ (804)279-4352/fax: (804)279-6008. DESC: PR-NO: YPG96243000585 NSN 6850-01-045-7929, cleaning compound, aircraft surface; QPL applies (NOTE 23); specification (NOTE 9); unit can contains 5 gal net; delivery schedule: 45 days ARO; unrestricted; ABVM applies - the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation; solicitation will be made in writing; anticipated award date is March 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-359 SN015068) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 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 <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-358 SN015016) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 1165ZG, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 70--MICROPROCESSOR CARDS SOL N00164-97-R-0033 DUE 011597 POC Contact point, Mr. Todd Steinsberger (812) 854-3706, (Ms. Mary Sheetz, Contracting Officer) DESC: This is a combination synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is Request For Proposals number N00164-97-R-0033. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-42. This solicitation contains evaluation preference for Small Disadvantaged Business. The applicable Standard Industrial Code is 3577 with a small business size standard of 1000 employees. Contract Line Item Number (CLIN) 0001 is for 30,000 each 2KByte Chip Smartcard 0002 is for 50,000 each 8KByte Chip Smartcard 0003 is an option for 10,000 each 8KByte Chip Smartcard 0004 is an option for 10,000 each 8KByte Chip Smartcard 0005 is an option for 10,000 each 8KByte Chip Smartcard Options may be exercised within 180 days from contact award. Smartcard Specification: 1. Smartcard must comply with ISO 7816. 2. 2 or 8 Kilobyte Microprocessor Card with Card Operating System (COS) installed. (Release of COS technical documentation and user instructions will be required in order to incorporate the COS into the Government Smartcard User Interface (SCUI) if not already incorporated. 3. PVC material for compatible with thermal printing. 4. Three track, ISO 7810, bottom mounted magnetic stripe (with left centered Chip on the Face). Magnetic stripe is to be high coercivity (4000 Oersted). 5. Signature Panel on the magnetic stripe side of the card. Smartcards to be delivered F.O.B. Destination to; Receiving Officer, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5001, Attn: Kevin Steward (Code 7091) based on the following delivery schedule: 14 days from contract award - 10,000 each 2KByte Chip Smartcards - 5,000 each 8KByte Chip Smartcards 30 days from Contract award - 20,000 each 2KByte Chip Smartcards - 20,000 each 8KByte Chip Smartcards 60 days from Contract award - 25,000 each 8KByte Chip Smartcards Options are due 30 days after date of exercise of option. Accelerated deliveries are acceptable to the Government. Evaluation for award shall be based upon the low priced responsive offer from a responsible offeror. The provision at 52.212-1, Instructions to Offerors--Commercial Items, is incorporated into this solicitation. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, is incorporated into this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, is incorporated into this solicitation with the following applicable clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Woman-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanctions for End Products. The Clause at 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is incorporated into this solicitation with the following applicable clauses: 252.205-7000, Provision of Information to Cooperative Agreement holders; 252.219-7003, Small, Small Disadvantaged and Woman-Owned Small Business Subcontracting Plan; 252.219-7005, Incentive for Subcontracting with Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions; 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals. Contractors standard commercial warranty is required. The subject DPAS rating is DO-A70. Offers are to be submitted to NAVSURFWARCENDIV, Code 1165ZG, BLDG 64, 300 Highway 361, Crane, In 47522-5001 or faxed to 812-854-3465, Attn: Todd Steinsberger, no later than 2:00pm EST, 15 January 1997. CITE: (I-359 SN015297) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 70--SPARES AUGMENTED SUPPORT FOR CASS EO+ LRIP STATIONS SOL N/A POC Contact, Mark Diehl, Phone (703)604-2119 DESC: On a sole source basis to Lockheed Martin Corporation, Lockheed Martin Information Systems, 12506 Lake Underhill Road, Orlando, FL 32825, the Naval Air Systems Command (NAVAIR) intends to issue an order under provisoned line item 0031 of Contract N00019-96-C-0063 for spares augmented support. The purpose of the provisoned item order is to procure spares augmented support for the nine (9) Consolidated Automated Support System (CASS) Electro-optics+ (EO+) Low Rate Initial Production (LRIP) stations to be delivered under Contract N00019-96-C-0063. Lockheed Martin as the designer, developer, and integrator of CASS is the only firm with the knowledge and expertise necessary to fulfill this requirement. See note No. 22 - NAVAIR Synopsis No. 50075-96. CITE: (I-359 SN015301) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO 64131-3088 SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL 6TSA-97-DJH-0068 DUE 010997 POC CONTACT DELTA HELM BY FAX (816)823-3322 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (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 number 6TSA-97-DJH-0068 is being issued as a request for quotations (RFQ). This procurement is set aside for small businesses only through the simplified acquisition procedures as referenced by FAR Part 13.105(a). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. Cisco Smartnet 12-month Maintenance, part number CON-SNT-2501, Qty. 9; CLIN 2. Cisco Smartnet 12-month Maintenance, part number CON-SNT-2502, Qty. 4; CLIN 3. Cisco Smartnet 12-month Maintenance, part number CON-SNT-2503, Qty. 4; CLIN 4. Cisco Smartnet 12-month Maintenance, part number CON-SNT-4500, Qty. 4; CLIN 5. Cisco Smartnet 12-month Maintenance, part number CON-SNT-3101, Qty. 5; CLIN 6. Cisco Smartnet 12-month Maintenance, part number CON-SNT-7010, Qty. 1; CLIN 7. 7000, Qty. 2; CLIN 8. Ciscoworks HP Openview/HP Smartnet Maintenance, part number CON-SNT-NMS-OVH, Qty. 1. Maintenance requirements include: Telephone callback by Cisco Technical Assistance Center (TAC) for all calls within one hour, for hardware, configuration, and software problems from 6:00 a.m. to 6:00 p.m. Pacific time, Monday through Friday; 242-hour, 7-day Priority 1 and 2 telephone support; Critical problem escalation; electronic mail inquiries and responses; software updates via Cisco Information Online or media upon request; One set of new manuals with each software update, or CD documentation for each unit under contract; Access to Cisco Information Online; and Guaranteed next-business-day delivery of replacement hardware on calls received prior to 3:00 p.m. Pacific time. The provision at FAR 52.212-1, instructions to offerors, applies to this acquisition. Evaluation is based on best value, cost and ability to meet service requirements. Offerors shall include a completed copy of the provision at FAR 52.212-3, offeror representation and certification - commercial items with its offer. The clause at FAR 52.212-4, contract terms and conditions - commercial items applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The clause at FAR 52.212-5, contract terms and conditions required to implement statutes or executive orders - commercial items applies to this acquisition. Offers are due by close of business January 9, 1997, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-359 SN015330) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 70--ADP EQUIPMENT RENTAL AND SUPPORT SOL N00189-97-Q-1360 DUE 122796 POC David C. Zareczny, Purchasing Agent, Code 2021.02; Terri Harmon, DESC: ADP Equipment Rental and Support for the 38th NAVY Occupational Health and Preventive Medicine Workshop. Location: The Virginia Beach Oceanfront. Period of Performance: 05 Feb 1997 thru 14 FEB 1997. Request for Quotation (RFQ) package is available upon request either by fax or in writing CITE: (W-359 SN015346) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis, TN 38104-2193 SUBJECT: 70--ADP PARTS AND ACCESSORIES SOL RFQ 614-57-97 DUE 010397 POC Florence Winfield, Chief Phone No. 901-577-7227 Fax No. 901-577-7242 DESC: Supply the Department of Veterans Affairs Medical Center, Memphis, TN with the following computer parts and accessories:AXP System, 500 MHZ, 1 MB Cache, 3 each; A two (2) year on-site eight (8) hour, five (5) day a week warranty 1 ea; 300 watt ATX Power Supply 6 ea; Chassis Rack Mount, 19", (comparable to DURANGO) 3 ea; Cable Kit to Chassis Rack Mount, 3 ea; SCSI adapter (ADAPTEC) Fast PCI NCR all os, 9 ea; 3COM 10/100 Ethernet Adapter, MBIT/SEC, 3 ea; IBM 4GB HHD W/F Ultrastar XP SCSI, 12 ea; Sony SCSI-2 CD-ROM Drive 4X, 3 ea; Vision FX #9 330 2MB Dram PCI Trio Allo, 3 ea; Floppy Drive 1.44 MB, 3.5", 3 ea; 101 Keyboard at or PS/2, 3 ea; Microsoft Mouse PS2, 2 Button, 3 ea; Windows NT V4.0 Server, CD-ROM, 5 Client, 3 ea; Standard Memory Chip SIMM 8 x 36 60NS 72PIN (30MBEA), 12 ea. Requests for quotes are available immediatlely. RFQ's are due by close of business January 3, 1997. Faxed requests are acceptable. Delivery date of all items requested on or about January 10, 1997. CITE: (I-359 SN015411) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--PENTEK 4285 C40 SIGNAL PROCESSING VME BOARD WITH RACEWAY SOL N68936-97-Q-0654 DUE 011397 POC Esther A. Cook, Purchasing Agent, tel. 619-939-9658 or Sue Rizzardini, Contracting Officer tel. 619-939-9653. DESC: 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.: 1.)Pentek Quad C40 VME Board #4285 qty. of 2, Includes: Optical C40 Carrier Board (4285C) qty of 2, 5MB of Spooler SRAM (STD) qty of 2, 2MB Flash EEprom (011) qty of 2, 1MB Main SRAM (STD) qty of 2, C40 Proc + mem for 4285C (4285P) qty of 8, 5MB Global SRAM (STD) qty of 2, 5MB local SRAM (STD) qty of 2, and Raceway interface (034) qty of 2. This requirement is Sole Sourced to Pentech Inc. for compatability. Requests may be faxed to 619-927-3488 or sent by mail to NAVAIRWARCENWPNSDIV., code 230000d ATT.: Esther A. Cook, China Lake, CA 93555-6100. Requests shall include your firm's Tax Identification Number (TIN) including your Corporation Status and Comercial and Government Entity (CAGE) code, if one has been assigned. Request for quote will be available on or about January 13th. Award is expected to be made 15 of January. See Numbered Note(s): 22. CITE: (I-359 SN015414) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 116??, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 70--MODULES, SINGLE BOARD COMPUTER, CPU-46 HIGH PERFORMANCE SOL N00164-97-Q-0062 DUE 020797 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: The Navy requires five each CPU-46, high performance, single board computer modules, Radstone P/N CPU46-901E/MXVSB1-901E. These modules will be utilized in the fabrication of the New Electronic Equipment Cabinet for the SP-24 Navigation System. Delivery is required FOB Crane within 60 days of award. This procurement is being processed under Simplified Acquisition Procedures on a sole-source basis to Radstone Technology, 50 Craig Road, Montvale, NJ. This requirement must be satisfied on a sole-source basis due to proprietary data possessed by Radstone and the requirement for the module to reside within and be an integral part of the SP-24 Navigation System. It is anticipated that an oral Request for Quotations will be utilized. FAR Part 12 does not apply; see note 26. All responsible sources may submit a quote which will be considered by the agency CITE: (I-359 SN015433) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 116??, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 70--MODULES, DIGITAL SIGNAL PROCESSING SOL N00164-97-Q-0063 DUE 020797 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: The Navy requires five each Quad C40 Digital Signal Processing Computer Modules, MIZAR P/N 7772-00550-01. These modules will be utilized in the fabrication of the New Electronic Equipment Cabinet for the SP-24 Navigation System. Delivery is required FOB Crane within 60 days of award. This procurement is being processed under Simplified Acquisition Procedures on a sole-source basis to MIZAR, Inc., 2410 Luna Road, Carrolltown, TX 75006. This requirement must be satisfied on a sole-source basis due to proprietary data possessed by MIZAR and the requirement for the module to reside within and be an integral part of the SP-24 Navigation System. It is anticipated that an oral Request for Quotations will be utilized. FAR Part 12 does not apply; see note 26. All responsible sources may submit a quote which will be considered by the agency. CITE: (I-359 SN015434) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 71--UMBRELLA STAND SOL F09650-97-T-0315 02 POC For copy, WR-ALC/PKOC, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 DESC: This solicitation F09650-97-T-0315 is amended to be changed from Sole Source to Leslies Swimming Pool Supplies, Chatsworth, CA 91311 to Full and Open Competition, but quotes must be IAW Brand Name or Equal Salient/Physical Characteristics referenced in Solicitation. See Note (s) 22 is also deleted. CITE: (I-359 SN015368) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: Genereral services administration - Proc. Div. (FTP) 400 15TH Street SW - RM 1408 Auburn, WA 98001-6599 SUBJECT: 80--COATING, WATERBORNE, POLYURETHANE CAMOUFLAGE SOL TFTP-97-DS-8032 DUE 020597 POC Donna Snyder (206) 931-7899 DESC: Coating, waterborne, polyurethane camouflage IAW mil-spec MIL-C-29475 (mc), DTD 7/7/94, and associated QPL-29475-01, DTD 11/27/95. An indefinite quantity, fixed price with economic price adjustment type contract. FOB destination to various locations within the contiguous u.s. Acq will be for a two year period with 3 one year options to renew. The Gov't does not intend to use FAR part 12 for the acq. All responsible sources may request a copy of the solicitation. Request must be submitted in writing to the address above. In an effort to reduce paper costs, the Gov't will be distributing this solicitation on a 3-1/2 disk in word for windows version 6.0. If a paper copy of this solicitation is required, please indicate in request. NOTE codes 9, 12, and 23 apply. CITE: (I-358 SN015032) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 81--CNU-371/E CONTAINER SOL F42630-97-Q-20773 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 8140-01-176-1147 P/N: 817352-10, This item is a container CNU371/E used to house the guidance control unit of the laser guided bomb. 59ea. Applicable to: Cnu-371/E. Destn: Texas Instruments Sherman TX 75090. Delivery: 31 Dec 97 59 ea Item 0002 NSN 8140-01-381-1505 Cnu 439a/E Shipping And Storage P/N: 8644260-30, This item is a shipping and storage container used in conjuction with the ADG-769/B and ADG770/B. 15ea. Applicable to: Adg 769/B & 770/B. Destn: Texas instruments Sherman TX 75090. Delivery: 31 Dec 97 15 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 04 Feb 97. Written procedure will be used for this solicitation. To: Dayton Manufacturing, . To: Williamson Metal Works, . To: General Engineering Service Inc, Forest Park Ga 30051-1303. 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. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This part required engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. See Note (s) 26. CITE: (I-359 SN015139) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81--SHIPPING AND STORAG SOL N0038397RM138 DUE 020397 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-01-435-1598-UN, SPEC NR TDP VER 001, Ref Nr 15771, Qty 5 EA, Delivery FOB Origin, See Note 22 CITE: (I-359 SN015231) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81--SHIPPING AND STORAG SOL N0038397RM157 DUE 020397 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-99-562-4237-UN, SPEC NR TDP VER 001, Ref Nr 15772, Qty 3 EA, Delivery FOB Origin, See Note 22 CITE: (I-359 SN015232) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Naval Surface Warfare Center, Crane Division, Code 116??, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 81--CONTAINER, SHIPPING AND STORAGE, SIGNAL KIT, CNU-574/E SOL N00164-97-Q-0061 DUE 020797 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: The Navy requires 2,200 each CNU-574/E Signal Kit Shipping and Storage Containers manufactured in accordance with NAVSEA Drawing No. 53711-7058002. Predominant material of manufacture is aluminum alloy. Approximate outer dimensions are 8.3" long x 4.4" wide x 6.4" tall; interior is approximately .138 cubic feet. Weight is approximately 1.8 pounds. Various military specifications apply. Delivery is required FOB Crane within 70 days after award. This procurement is being processed under Simplified Acquisition Procedures and is 100% set-aside for Small Business concerns; the applicable size standard is 500 employees or less. It is anticipated that a formal Request for Quotations will be issued. FAR Part 12 does not apply. See numbered notes 1 and 26. All responsible sources may submit a quote which will be considered by the agency. CITE: (I-359 SN015435) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--FASTENER TAPES, HOOK AND LOOP, SYNTHETIC SOL SP0100-96-Q-4383 DUE 012097 POC Contact: DPSC-FOEC-2 buyer-yvonne Golaszewski 215/737-5354 DESC: This is a correction: this request for quotation was originally synopsized in the CBD on 10/15/96 as a total small business set aside. The setaside requirements are hereby dissolved. This request for quotation is now an unrestricted procurement. For further information contact buyer at phone: 215-737-5354; FAX: 215-737-8222. CITE: (I-359 SN015100) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: General Service Administration, General Products Center, stock CON2RACTING Div., (7FXIS-G6) 819 Taylor St., RM 6A24, Fort Worth, TX 761026114 SUBJECT: 84--CHAP, CHAINSAW SOL RFQS-W-DP531-1 DUE 020697 POC Gay Kirkpatrick, contracting OFFIER6 817/9783672 DESC: Solicitation scheduled to issue on or about 1/23/97. 1. 1 NSN 2. NOTE: this will be procured using simplified acquisition procedures and will be distributed via standard form 18-REQUEST for quotation. response forthis RFQ should be written. this procurement is for chainsaw CHAP. shall be manufactured in accordance with Forest service specification 6170-4D dated January 1989, admendment 1 dated May 1996, drawing MTDC 823 dated January 1989 and MTDC drawing 824 revision B dated August 31, 1995. the size shall be 36 inch lengh. first article samples are required. 6. 870 (quantity) 7. PR (unit of issue) 8. (destination) Stockton, CA 10. (contract period) simplified acquisition procedures 11. see not 1 (total set-aside for small business) 13. all responsible sources may submit a quotation which, if timely received, shall be considered. *NOTE** the government will be distributing this requirement using the standard form 18-REQUIRED for quotation using simplified acquisition procedures. CITE: (I-358 SN015031) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 85--Toiletries OFFADD: Gen. serv. ADM., bus. serv. Ctr., Reg. 2 26 fed.plz RM. 18-130, New York, NY 10278-0090 SUBJECT: 85--40 PAPER TOWEL, PAPER TOWEL (NAVY PACK) PAPER TOILET SOL 2FYP-DR-970001S DUE 032597 POC MS. S. A. Montague TEL # (212) 264-6123 DESC: Six months term contract, for FSC 8540 - paper towel, paper towel (Navy pack) paper toilet for the contract period 6/1/97 thru 11/30/97. Issue dateis 2/20/97. Six months requirement term contract, for FSC 8540 paper towel, paper towel Navy pack) paper toilet. Issue date is 2/20/96 contract period 6/1/97 thru 11/30/97. CITE: (I-358 SN015030) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: U.S. Immigration and Naturalization Service, Administrative Center, ATTN: ACLCAP-Contracts, P.O. Box 30080, Laguna Niguel, CA 92607-0080 SUBJECT: 99--PORTABLE CHANGEABLE MESSAGE BOARDS SOL ACL-7-Q-0006 DUE 013097 POC Linda Grimm, (714) 360-3180, Contracting Officer, H. John Wolfslau IV, (714) 360-3180. DESC: The Immigration and Naturalization Service (INS) is soliciting quotes for portable, changeable message boards, consisting of a diesel engine driven alternator power supply, computer operator interface mounted on a trailer. This procurement is 100% small business set-aside. The SIC code is 3669 and the applicable size standard is 750 employees. The quote, ACL-7-Q-0006, issue date is o/a 01-06-97 with closing date for the quotes o/a 01-30-97. All responsible sources may submit a quote which shall be considered by the agency. Telephone requests for quotes will not be honored. Written or fax requests should reference quote ACL-7-Q-0006. Fax requests can be made to (714) 360-3013, ATTN: Linda Grimm. CITE: (M-359 SN015277) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 99--REHAB VAR SPACES USS WASP SOL N00189-97-R-0014 DUE 121996 POC J. Pendelton, Contracting Officer, 757-445-1444; M. Sanderson, Contract Specialist, 757-444-7997 DESC: HABITABILITY RENOVATION, VARIOUS COMPARTMENTS, including staterooms and offices, in accordance with the specifications set forth in the subject solicitation. Refer to solicitation number when requesting package. Anticipate site visit late January. This is a 100% Set-Aside for Small Businesses. Facsimile requests to 804-445-1761, Attn: Code 200C3 Bid Clerk, or submit written request to Fleet and Industrial Supply Center, Norfolk Acquisiton Group, Hampton Roads Detachment, Procurement Division, 1968 Gilbert St., Ste 600, Norfolk Va 23511-3392, Attn Code 200C3 Bid Clerk. CITE: (W-359 SN015310) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 99--REHAB VAR SPACES USS WASP SOL N00189-97-R-0014 POC J Pendelton Contracting Officer, 757-445-1444; M SANDERSON CONTRACT SPECIALIST, 757-444-7997 DESC: This serves as correction to original synopsis of solicitation N00189-97-R-0014, scheduled to appear on or before 09 Decenber 1996. Procurement will be conducted under full and open competition CITE: (W-359 SN015318) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVFAC CONTRACTS OFFICE, ATTN: CORRINE PEARSON CODE 2712, 901 M ST SE BLDG 218 3RD FLOOR (WNY), WASHINGTON, DC 20374-5018 SUBJECT: 99--99--PROCUREMENT AND OUTFITTING OF U.S. NAVY STANDARD DOUBLE-LOCK RECOMPRESSION CHAMBERS SOL N47408-97-R-1802 DUE 021297 POC Contract Specialist, ANITA M. NORRIS, 202-433-5310 DESC: This project will be UNRESTRICTED. The work includes the design, labor and materials for the procurement, fabrication, assembly, shop testing, packaging and shipment of U.S. Navy Standard Double Lock Recompression Chambers (RCF), Pressure Vessels forHuman Occupancy (PVHO). The initial award will require delivery of two (2) chambers. Options may be exercised within 36 months of award to provide for delivery of up to an additional four (4) chambers. The contractor must submit the design, fabrication andtest documents and hyperbaric system manuals. The Recompression Chamber Facilities, PVHO, shall be double lock, skid mounted, and steel construction. Outfitting includes: (1) supply and exhaust piping components, (2) depth gauges, (3) primary and emergency communications, (4) lighting, (5) BIBS system, (6) Gas analysis, (7) atmospheric conditioning system, (8) relief valve, (9) medical lock, and (10) RCF control pnel. This contract shall call for the fabrication and modification of life sensitive systems. Failure to adhere to the highest standards of metallurgy, welding, and workmanship will create severe hazards to the personnel working on or near these systems whn they are pressurized. Failure to meet these requirements will be cause for termination for default and, in any event, will be cause for Government rejection of components. Offerors will be required to submit a technical proposal, a cost proposal, and past performance information. Award shall be made to the responsible offeror whose proposals, conforming to the solicitation, represent the best value to the Govenment in terms of price, past performance and technical factors. Response to the Request for Proposal will be evaluated using the following three principle factors: (a) Cost/Price, (b) Technical Factors, and (c) Past Performance. The Technical Factors inclde Technical Approach, Personnel Capabilities, Corporate Qualifications (Management), and Quality Assurance Program/Plan. The Technical Factor and the Cost/Price Factor are approximately equal in importance and are more important than the Past Performance Factor. The degree of risk to the Government, as related to deficiencies, weaknesses, or strengths noted in the source selection evaluation proess will be considered when determining the best value to the Government. Requests for the solicitation may be mailed to Naval Facilities Engineering Command Contracts Office, WNY, Bldg 218, 901 M Street, SE, Washington, DC 20374- 5063 or sent via facsimil by using (202)433-5244. Contractors within the local area are encouraged to pick up a copy of the solicitation at Bldg 218 (third floor) of the WNY between the hours of 0730 and 1500, Monday-Friday. There will be no charge for these documents, however, there will only be one set issued per contractor. The solicitation will be available approximately fifteen days after this notice appears in the Commerce Businss Daily. A pre-proposal conference will be held at 1000 on January 22, 1997 at Bldg. 218 on the WNY. Please RSVP to Anita Norris on (202)433-5310 if you plan to attend NLT January 17, 1997. The proposal due date shall be thirty days after the solicitationis made available to the public. The projected award date is May 1997. Proposals should be submitted to the Naval Facilities Engineering Command Contracts Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY, Washington, DC 20374-5063. CITE: (I-359 SN015363) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Centralized Contracting Division (402D3), National Cemetery System Operations Support Center, 5101 Russell Rd., Quantico, VA 22134 SUBJECT: 99--BLANK MARBLE NICHE COVERS SOL RFQ 786-29-97 DUE 012997 POC Contact Person, Evelyn Tucker, (703) 441-3086 (Voice) (703) 441-3070 (Fax) DESC: Provide marble niche covers, F.O.B. Destination to Arlington National Cemetery, Arlington, Virginia. Delivery of covers shall be made 60 days after acceptance of purchase order. Request RFQs (Request for Quotations) in writing by mail or fax. RFQs to be issued on or about January 14, 1997. See Note(s): 1. CITE: (I-359 SN015423) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: A--L BAND RF TRANSLATOR MMIC WITH ELECTRONICALLY TUNED FILTER POC POC Mr. Jack Faulkner, Code D213, Contract Specialist, (619)553-4503. CNT N66001-97-C-0022 AMT $642,672 LINE 0001,0002,0003 DTD 120496 TO Hittite Microwave Corporation, 21 Cabot Road, Woburn, MA 01801 CITE: (I-359 SN015430) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: A--SURF ZONE TECHNOLOGY MINE AND OBSTACLE CLEARANCE POC Mary Kitchen, Contract Specialist, (904)235-5389 Carol A. Dreger, Contracting Officer, (904)234-4863. CNT N61331-97-C-0006 AMT $99,413.00 LINE 0001 DTD 121996 TO Lockheed Martin Federal Systems, 1801 State Route 17c, Owego NY 13827-3998 CITE: (I-359 SN015437) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING PLANNING AND DESIGN SERVICES FOR NPS PROJECTS IN THE WESTERN US POC Edward L. Tafoya, (303) 969-2116. CNT 1443-CX-2000-97-010 AMT $0 DTD 121396 TO Ecology and Environment, Inc., 350 Sansome St., Suite 300, San Francisco, CA 94104 CITE: (M-359 SN015262) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: C--FY 97 DLA MILCON PROJECT, REPLACE HYDRANT FUEL SYSTEM, TRAVIS AIR FORCE BASE, FAIRFIELD, CA POC E. Young, Contract Specialist, FAX (415) 244-2699. CNT N62474-95-C-2549 AMT $12,128,000.00 LINE 0001 DTD 122396 TO Nova Group, Inc., 7411 Napa-Vallejo Highway, P. O. Box 4050, Napa, CA 94558, (707) 257-3200 CITE: (I-359 SN015302) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--1997 PULPWOOD SALES 1 AND 2, EGLIN AFB, FL POC Contact Megan Monaghan, Contract Specialist, 904-882-3519 CNT F08651-97-S-0002 AMT $790,168.00 LINE N/A DTD 122396 TO Whitfield Timber Company, Inc., P.O. Box 674, Wewahitchka, FL 32465 LINKURL: N/A LINKDESC: EMAILADD: N/A EMAILDESC: CITE: (W-359 SN015242) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box 25047, Denver, CO, 80225-0047 SUBJECT: F--BOISE AERIAL SEEDING POC Sharon Krenek, (303) 236-9433. CNT 1422-N670-C97-0009 AMT $36,344.50 LINE N/A DTD 122396 TO Reeder Flying Service, Inc., 644 Airport Loop, Twin Falls, Idaho 83301. CITE: (I-359 SN015306) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box 25047, Denver, CO, 80225-0047 SUBJECT: F--BOISE AERIAL SEEDING POC Sharon Krenek, (303) 236-9433. CNT 1422-N670-C97-0010 AMT $65,031.90 LINE N/A DTD 122396 TO Thomas Helicopters, Inc., 1553 South 1800 East, Gooding, Idaho 83330. CITE: (I-359 SN015307) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 DE-ICING VALVES CNT F34601-97-M-0349, F34601-97-Q-54565 AMT $81,312 DTD 122396 TO Whittaker Corp, Whittaker Controls Div, Po Box 3951, North Hollywood Ca 91605-3505 CITE: (I-359 SN015384) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: L--LEASE OF ULTRASOUND SYSTEM POC Emanuel Clemons, Contract Specialist, (757)444-7248 or; Tami Hardison, CNT N00189-96-R-0109/N00189-97-C-0009 AMT $58856 LINE 0001 DTD 100196 TO Bankers Leasing Association, Inc., 4201 Lake Cook Drive, Northbrook, CITE: (W-359 SN015274) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Health and Human Services, Indian Health Service, 1825 Bell Street, Ste 200, Sacramento CA 95825-1097 SUBJECT: Q--HEALTH SERVICES FOR OAKLAND/SAN FRANCISCO CA POC Roger Simpson (916) 566-7001 CNT 235-97-0006 AMT $551,987 LINE 0001 DTD 122496 TO Urban Indian Health Board, Inc 3124 E. 14th St Oakland CA CITE: (W-359 SN015365) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: R--PROPERTY MANAGEMENT SERVICES POC Stephanie Rainey, APS Placement Contracting Officer 260-8508 CNT 68-W7-0019 RFP #W600189A2 AMT $1,558,620 DTD 122396 TO MACI, Inc. 2800 Shirlington Road, Suite 102, Arlington, VA 22206 LINKURL: http://www.epa.gov/oam/hpod LINKDESC: EMAILADD: rainey.stephanie@epamail.epa.gov EMAILDESC: CITE: (W-359 SN015272) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: R--PROPERTY MANAGEMENT SERVICES POC Stephanie Rainey, APS Placement Contracting Officer 260-8508 CNT 68-W7-0019 RFP #W600189A2 AMT $1,558,620 DTD 122396 TO MACI, Inc. 2800 Shirlington Road, Suite 102, Arlington, VA 22206 LINKURL: http://www.epa.gov/oam/hpod LINKDESC: EMAILADD: rainey.stephanie@epamail.epa.gov EMAILDESC: CITE: (W-359 SN015273) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Housing & Urban Development, 6AACO1, P. O. Box 2905, 1600 Throckmorton, Fort Worth, Texas 76113-2905 SUBJECT: R--APPRIASAL SERVICES FOR HUD-OWNED PROPERTY DISPOSITION SINGLE FAMILY. POC Barbara Meyer, Contract Specialist, or Thomas D. Moore, Contracting Officer, (817) 978-9301. CNT H06C97000300000 (Area 1), H06C97000400000 (Area 5), and H06C97000500000 (Area 6). AMT $190,400.00 LINE N/A DTD 122396 TO Wieties & Beck, 3055 Earnett Street, Memphis, TN 38128 CITE: (I-359 SN015281) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247 SUBJECT: S--LONG TERM TEMPORARY RESIDENTIAL CARE AND SECURED DETENTION FACILITY POC Maurice Shook, Contract Specialist, 214/767-7170 CNT ACD-7-C-0001 AMT $2,949,336.00 LINE N/A DTD 102596 TO Wackenhut Corrections Corporation, 4200 Wackenhut Dr. #100, Palm Beach Gardens, FL 33410 CITE: (W-359 SN015407) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: U--SAFETY TRAINING COURCES POC G. Hayman, Code 02H3J CNT N00189-97-D-0032/N00189-96-R-0048 AMT $91120 LINE 1001 - 1003 DTD 122796 TO A-TEQ, Inc., 1682 Shelby Oaks Drive, #8, Memphis, TN 38134 CITE: (W-359 SN015338) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Federal Bureau of Prisons, Regional Contracting, 3600 Spurr Rd., Qtrs. #14, Lexington, KY 40511 SUBJECT: U--ADVANCED OCCUPATIONAL EDUCATION PROGRAM POC Curtis A. Courtney, Contracting Officer, (606) 253-8885. CNT J128c-165 AMT $73,430.00 LINE N/A DTD 122396 TO State Technical Institute at Memphis, Office of Job Training, 5983 Macon Cove, Memphis, TN 38134 CITE: (I-359 SN015436) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203 SUBJECT: V--PACKING AND CRATING SERVICES POC For information contact Rodney Gartrell, Code 201.2G at (202) 433-5282 or Barbara Morden, Code 201.2 at 433-2895. CNT N00600-96-R-2564/N00600-97-D-0321 and N00600-97-D- AMT $346,348.55 and $422,925.00 LINE 0001-0028 and 0031-0 DTD 122496 TO Aarid Enterprises Corp., 1340 Chesapeake Ave., Baltimore, MD 21226 and America Security Storage, 11 Hudson Street, Annapolis, MD 21401. CITE: (W-359 SN015258) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: General Services Administration, Property Acquisition and Realty Services, 36th Floor, 230 South Dearborn Street, Chicago, IL 60604 SUBJECT: W--LEASE OF REAL PROPERTY POC Angela Sanders, (312) 353-1039, Contracting Officer, Chicago, IL. CNT GS-05B-16171 AMT $8,726,400.00 DTD 102896 TO Frances Stasukinas, 44 Melody Lane, Springfield, Illinois 62702 CITE: (M-359 SN015316) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Contracting Squadron (CONS/LGC), 4380B Alabama Road, Moody AFB, GA 31699-1794 SUBJECT: X--LEASE OF 19 MODULAR BUILDINGS CNT F09607-97-C7006 AMT $202,595.00 DTD 110196 TO Modular Solutions Inc., 8740 Torrington Drive, Roswell, GA 30076 CITE: (M-359 SN015253) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy., Suite 300, Atlanta, GA 30340-2799 SUBJECT: X--BAXLEY, GA 31513-2454, AWARD OF NEW LEASED CONSTRUCTION NEW USPS LEASED POST OFFICE POC Gloria Byers-Harris, Real Estate Specialist, (770) 454-0609, Ted Tarantino, Contracting Officer, (770) 454-0618. AMT $103,200.00 DTD 120696 TO Roy E. & Elaine D. Bass, 300 Graham St., Baxley, GA 31513-2454 CITE: (M-359 SN015269) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Y--DESIGN/BUILD CONSOLIDATED VEHICLE MAINTENANCE FACILITY, TINKER AIR FORCE BASE, OKLAHOMA POC Susan Killgore, Contract Specialist, 918/669-7272 CNT DACA56-97-C-0006 (DACA56-96-R-0033) AMT $8,959,800 LINE N/A DTD 122396 TO Wynn Construction Company, Inc., Post Office Box 26565, Oklahoma City, OK 73126 CITE: (I-359 SN015296) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: Y--2.5 MILLION GALLON WATER TANK, TRAVIS AIR FORCE BASE, FAIRFIELD, CALIFORNIA, FY 1997 O&M/BRACON PROJECT P-6114 POC Earlee Young, Contracting Officer, (415) 244-2674. CNT N62474-96-C-6054 AMT $874,000.00 LINE 0001 DTD 122396 TO Sergent's Mechanical Systems, Inc., 1617 Pacific Avenue, Suite 116, Oxnard, California 93033, (805) 486-4562 CITE: (I-359 SN015429) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--REPAIR STUDENT DORMS, BLDG 526 & 596 POC LGCC/John P Eberhart, Contract Specialist, 817/676-2012; Contracting Officer - Colleen S Phipps, 817/676-5180. CNT F41612-97-C0004 AMT $6,920,823.00 LINE 0001 DTD 122396 TO Norman R Bratcher Construction Co, 1313 31st St, Wichita Falls TX 76302 CITE: (W-359 SN015250) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--REPLACE WINDOWS BUILDING 10N NAS, CORPUS CHRISTI, TX POC Irma Watts (512) 939-2154 or Contracting Officer Charlotte Cummins (512) 939-2154. CNT N62467-94-C-9354 AMT $181,400.00 LINE Bid Items 1 and 2 inc DTD 121096 TO WST Building Specialties, Inc., 5550 Lockhill Road, San Antonio, TX 78240 CITE: (M-359 SN015263) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--REPLACE HVAC SYSTEMS EQUIPMENT, BLDG 90, NAS CORPUS CHRISTI, TX POC Irma Watts (512) 939-2154 or Contracting Officer Charlotte Cummins (512) 939-2154. CNT N2467-95-C0-J352 AMT $129,000.00 LINE Lump Sum DTD 121096 TO H&S Constructors Inc., P.O. Box 9014, Corpus Christi, TX 78469 CITE: (M-359 SN015268) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 9000 Rockville Pike, Bldg. 13, Rm G-800, Bethesda, MD 20892 SUBJECT: Z--RENOVATION AND MODERNIZATION OF BOILER NOS. 1, 2, 3 AND 4, BLDG. 11, BETHESDA, MARYLAND POC Sandra Jackson, Contracting Officer, (301) 435-4327. CNT 263-97-C-0231 AMT $14,947,000.00 LINE BASE BID DTD 121996 TO W.M. Schlosser Co., Inc., 2400 51st Place Hyattsville, MD 20781 CITE: (I-359 SN015299) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, Civil Engineering Unit, 300 Ala Moana Blvd., Room 8122, Honolulu, HI 96850 SUBJECT: Z--BERTH E & POWERHOUSE #1 UPGRADE - USCG INTEGRATED SUPPORT COMMAND, HONOLULU, HAWAII POC Point of Contact - Bonnie L. Hoe, Contracting Officer, (808) 541-2158, Fax (808) 541-2203 CNT DTCG86-97-C-633027 AMT $86,860.00 LINE 0001 DTD 122396 TO Southern California Engineering Co., Inc., P. O. Box 719, Rancho Mirage, CA 92270 EMAILADD: B.Hoe/CeuHon@internet.uscg.mil EMAILDESC: CITE: (D-359 SN015360) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: Z--REPAIR C5 SQUADRON OPERATIONS BUILDING 380, TRAVIS AIR FORCE BASE FAIRFIELD, CALIFORNIA, FY 1996 DBOF-T PROJECT P-1021 POC Joyce Howell-Payne, Contract Specialist, (415) 244-2672, Carl W. Brinkley, Contracting Officer. CNT N62474-95-C-2534 AMT $1,857,562.00 LINE 0001, 0001AA, 0001AB, 0001AC DTD 121696 TO Orbas & Associates, 3037 Golf Course Drive, #5, Ventura, CA 93003, (805) 339-9416 CITE: (I-359 SN015420) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: Z--RENOVATION OF 60TH AIRLIFT WING BUILDINGS, 50, 51 AND 52 AT TRAVIS AIR FORCE BASE, FAIRFIELD, CALIFORNIA, FY 1996 O&M PROJECTS P-4123, P-4124 AND P-4125 POC Joyce Howell-Payne, Contract Specialist, (415) 244-2672, Carl W. Brinkley, Contracting Officer. CNT N62474-95-C-2533 AMT $3,286,389.00 LINE 0001 DTD 121996 TO Valenzuela Engineering, Inc., 3130 Skyway Drive, Santa Maria, California 93455, (805) 349-2811 CITE: (I-359 SN015421) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 10--BRUSH SOL SP0440-96-Q-JR02 CNT SP0440-97-M-Z485 AMT $32,496.75 LINE 0001 DTD 122396 TO Western sky Industries Inc electromech/Welco Div 2600 S custer Wichita KS 67217 CITE: (I-359 SN015061) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 13--LUG,SUSPENSION,AIRC POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-3161, Twx, Not-avail CNT N0038393GB4179013, NIIN 013297995 AMT $26,729 DTD 122096 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-359 SN015155) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--REMOVER, DUST CNT SP0920-97-M-1629 AMT $91,539.00 LINE 0001 DTD 122396 TO Micro connecting devices 4685-3Q industrial St Simi Valley CA 93063 CITE: (I-359 SN015045) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 14--SERVO ELECTRONICS,G POC Contact Point, Kent Hall, 0223.03, (215)697-6548, Fax, (215)697-3727, Twx, Not-avail, Contracting Officer, Lisa A Lax, 0223, (215)697-2587 CNT N0038394GB5015123, NIIN 014207367 AMT $54,831 DTD 122096 TO Hughes Aircraft Co , Los Angeles ,CA 90009-2426 CITE: (I-359 SN015156) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 14--CONVERTER POC Contact Point, Donald F Mcgettigan, 0223.02, (215)697-6549, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G007A5009, NIIN 997984769 AMT $78,490 DTD 121696 TO Gec-marconi Sensors Ltd , Essex Ss14 3el Uk CITE: (I-359 SN015157) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 14--CIRCUIT CARD ASSEMB POC Contact Point, Donald F Mcgettigan, 0223.02, (215)697-6549, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G007A5014, NIIN 997984783 AMT $39,558 DTD 121796 TO Gec-marconi Sensors Ltd , Essex Ss14 3el Uk CITE: (I-359 SN015158) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 15--FY 1997 AV-8B OPTION EXERCISE POC Contact, Jim Connors, Phone (703)604-1920 CNT N00019-96-C-0025 / P00001 (Synopsis no. 30195-96) AMT $188,513,074 LINE N/A DTD 121996 TO McDonnell Douglas Aerospace, P.O. Box 516, St. Louis, MO 63166 CITE: (I-358 SN015011) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MANIFOLD, FLUID, AIRCRAFT SOL SP0460-97-Q-D289 CNT DAAJ09-93-G-0017-TYJ4 AMT $68,565.00 LINE 0001 DTD 122396 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-359 SN015053) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, WING SOL SP0460-96-R-3180 CNT SP0460-97-C-5103 AMT $152,412.00 LINE 0001 DTD 122396 TO CPI aerostructures Inc 200A Executive Dr brentwood NY 11717 CITE: (I-359 SN015057) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--FAIRING ASSEMBLY SOL SP0460-95-Q-XX97 CNT SP0460-97-M-4659 AMT $37,210.00 LINE 0001 THROUGH 0003 DTD 122396 TO Maney Aircraft Inc 1305 Wanamaker Ave Ontario CA 91761 CITE: (I-359 SN015089) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--WINDOW PANEL, AIRCRAFT CNT SP0460-97-M-6454 AMT $99,900.00 LINE 0001 DTD 122396 TO United Equipment Inc 5110 Glen Alden Dr Richmond VA 23231-4319 CITE: (I-359 SN015090) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 15--TOOL KITS TO SUPPORT TCTO 1F-162059, --1560K0181634CWF CNT F42620-97-C-0021, F42620-96-R-66437 AMT $233,215 DTD 122096 TO Lockheed Martin Corporation, Lockheed Martin Tactical Acft Sys, P O Box 748/Lockheed Way, Fort Worth Tx 76101-0748 CITE: (I-359 SN015133) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--TIP,AIRCRAFT POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Joseph Foley, 0233, (215)697-2592 CNT N0038392GK3119994, NIIN 013399308 AMT $2,519,657 DTD 122096 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-359 SN015159) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--TRANSPARENCY-CANOPY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038393D008D0027, NIIN 012711112 AMT $689,558 DTD 110496 TO Pilkington Aerospace Inc , Garden Grove ,CA 92641-2990 CITE: (I-359 SN015160) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--RUDDER,AIRCRAFT POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB5005146, NIIN 994385708 AMT $107,539 DTD 121796 TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk CITE: (I-359 SN015161) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--RUDDER,AIRCRAFT POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB5005147, NIIN 994000928 AMT $392,094 DTD 121796 TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk CITE: (I-359 SN015162) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--RUDDER,AIRCRAFT POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB5005148, NIIN 994000928 AMT $56,013 DTD 121796 TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk CITE: (I-359 SN015163) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--TANK,FUEL,AIRCRAFT POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CN024, NIIN 012567937 AMT $284,648 DTD 122096 TO American Fuel Cell/coated Fabrics , Magnolia ,AR 71753-000 CITE: (I-359 SN015164) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--FLIR COMPONENTS FOR CH-53E HELICOPTER POC Contact, Pamela M. Jackson, Phone (703)604-1920 CNT N00019-94-C-0054 (Synopsis no. 30185-96) AMT $8,229,771 LINE N/A DTD 121996 TO Hughes Aircraft Co., 2000 East El Segundo, CA 90425 CITE: (I-358 SN015008) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--UPDATE GFE LIST UNDER ABNCP MODIFICATION POC Contact, Sherry Bonaiuto, Phone (703)604-2000 CNT N00019-94-C-0224 / P00012 (Synopsis no. 30194-96) AMT $654,918 LINE N/A DTD 110196 TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Rd., Waco, TX 76715 CITE: (I-358 SN015010) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--PARACHUTE ASSEMBLY, DROGUE SOL SP0460-96-R-2570 CNT SP0460-97-C-5081 AMT $343,097.16 LINE 0001AA THROUGH 0003AB DTD 122396 TO Pioneer aerospace Corp Mfg Div 45 S satellite Rd South Windsor CT 06074 CITE: (I-359 SN015054) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CABLE ASSEMBLY, RESE SOL SP0920-97-Q-0257 CNT SP0920-97-M-1597 AMT $56,297.70 LINE 0001 DTD 122396 TO Parker-Hannifin Corp Aerospace Group United Aircraft Products Div 200 Railroad St P O Box 37## Forest OH 45843-0037 CITE: (I-359 SN015073) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--COVER, HEADREST SOL SP0460-96-Q-X435 CNT SP0460-97-M-4690 AMT $35,980.00 LINE 0001 THROUGH 0002 DTD 122396 TO Ami Industries Inc 1275 N Newport Rd Colorado Springs Co 80916-2779 CITE: (I-359 SN015085) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--RAIL ASSEMBLY, RESTR SOL SP0460-97-Q-D518 CNT SP0460-97-M-6364 AMT $37,680.00 LINE 0001 DTD 122396 TO Aar Mfg Inc Aar Advanced Structures Div 12633 Inkster Rd Livonia MI 48150-2272 CITE: (I-359 SN015087) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--ADAPTER ASSEMBLY, ACTUATOR MLG SOL 96TX72-12-P-0700 CNT N00383-93-G-B417-UBBG AMT $44,086.68 LINE 0001 THROUGH 0002 DTD 122396 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-359 SN015102) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--TRANSDUCER, LINEAR. SOL 96TAK4-52-P-0700 CNT SP0740-97-M-2681 AMT $29,268.00 LINE 0001 THROUGH 0003 DTD 122396 TO Kavlico Corp 14501 Los Angeles Ave Moorpark CA 93021 CITE: (I-359 SN015111) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--HEAD, FLUID FILTER. SOL SP0770-96-Q-RQ88 CNT SP0770-97-M-EA75 AMT $38,897.10 LINE 0001 THROUGH 0002 DTD 122396 TO PTI Technologies Inc sub of ESCO Electronics Corp 950 Rancho Conejo Blvd P.O.Box 2000 Newbury Park CA 91320-1715 CITE: (I-359 SN015116) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--FILTER, HYDRAULIC. SOL 97T508-92-P-0700 CNT SP0740-97-M-3993 AMT $29,624.00 LINE 0001 DTD 122396 TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas Park FL 34665-5798 CITE: (I-359 SN015125) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--SCISSOR-SLEEVE ASSY POC Contact Point, Maria C Allen, 0233.01, (215)697-3770, Fax, (215)697-3161, Twx, Not-avail CNT DAAJ0995G0014GC7H, NIIN 014178146 AMT $607,907 DTD 121696 TO Bell Helicopter Textron , Ft Worth ,TX 76101-0000 CITE: (I-359 SN015165) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--HUB,ROTOR,HELICOPTE POC Contact Point, Maria C Allen, 0233.01, (215)697-3770, Fax, (215)697-3161, Twx, Not-avail CNT DAAJ0995G0014GC7J, NIIN 014086574 AMT $913,295 DTD 121696 TO Bell Helicopter Textron , Ft Worth ,TX 76101-0000 CITE: (I-359 SN015166) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--PARTS KIT,BRAKE CHA POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394D007E0004, NIIN 994340780 AMT $856,800 DTD 112796 TO Dunlop Ltd , Coventry Cv6 4aa Uk CITE: (I-359 SN015167) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--STRAP ASSEMBLY,MAIN POC Contact Point, Donald F Mcgettigan, 0223.02, (215)697-6549, Fax, (215)697-3161, Twx, Not-avail CNT N0038395GM1215009, NIIN 012568198 AMT $343,458 DTD 122096 TO Allied Signal Inc , South Bend ,IN 46624-0000 CITE: (I-359 SN015168) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--CONTROL PANEL ASSEM POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Linda T Rein, 0233.03, (215)697-2811 CNT N0038395G004A5126, NIIN 011644125 AMT $62,825 DTD 121896 TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000 CITE: (I-359 SN015169) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--CONTROLLER,ELECTRIC POC Contact Point, Donna M Sibel, 0224.04, (215)697-5970, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G004H7002, NIIN 011428831 AMT $177,576 DTD 121996 TO Aerospace Avionics Inc , Bohemia ,NY 11716-0000 CITE: (I-359 SN015170) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--REGULATOR,OXYGEN DI POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CA019, Sol Nr N00383-96-R-0100, NIIN 013873657 AMT $30,591 DTD 122096 TO Litton Systems Inc , Davenport ,IA 52808-4508 CITE: (I-359 SN015171) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--PAD ASSEMBLY,EJECTI POC Contact Point, Elizabeth A Dimperio, 0222.02, (215)697-6530, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PP168, NIIN 010712402 AMT $28,816 DTD 121696 TO Conrad Co The , Memphis ,TN 38122-0000 CITE: (I-359 SN015172) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--BUYJOUT OF CETIA CARDS IN SUPPORT OF THE MCS POC Contact, Sherry Bonaiuto, Phone (703)604-2000 CNT N00019-94-C-0224 / P00017 (Synopsis no. 30196-96) AMT $439,410 LINE N/A DTD 121996 TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Rd., Waco, TX 76715 CITE: (I-359 SN015304) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--KIT-STABILATOR; P/N 3831473; 106 EA --1650013971756HS CNT F09603-95-G-0015SD76, FD2030-97-0-8143 AMT $48,303 DTD 122096 TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer Ave, Kalamazoo Mi 49001-4165 CITE: (I-359 SN015379) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--PRESSURE ITENSIFIER APPL TO F15C,D,F; P/N MC16770-3-- 1650012320561 CNT F34601-97-M-0325, FD2030-97-0-7015 AMT $29,747 DTD 122396 TO M C Aerospace Corporation, P O Box 126, Lake Orion Mi 48362-0126 CITE: (I-359 SN015383) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--SLINGER; P/N 571556-1; 101 EA --1660002862657 CNT F42600-95-G-7501SD2B, FD2030-97-0-8021 AMT $80,194 DTD 122396 TO Allied Signal-Allied Signal Aero, Fluid Systems, P O Box 22200, Tempe Az 85285-2200 CITE: (I-359 SN015389) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120-17 SUBJECT: 16--WHEEL, LANDING GEAR POC Sharon McDonald, Contract Specialist, AMSAT-A-PLBB, (314)263-0777, Carol Woerheide, Contracting Officer, (314)263-0779. CNT DAAJ09-97-C-0049 AMT $ 310,240.00 LINE N/A DTD 121896 TO Parker-Hannifin Corp., Aircraft Wheel and Brake Div., 1160 Center Rd., P.O. Box 158, Avon, OH 44011 CITE: (I-359 SN015418) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 20--PAD ASSEMBLY, MIST ELIMINATOR. STAINLESS STEEL SOL 96TEL5-62-P-0700 CNT SP0760-97-M-4007 AMT $26,880.00 LINE 0001 THROUGH 0002 DTD 122396 TO York Otto H Co Inc 42 intervale Dr P O Box 3100 Parsippany NJ 07054-0918 CITE: (I-359 SN015115) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--WINDOW (SASH) ASSEMBLY, VEHICULAR. ON 2-1/2 SOL SP0770-97-Q-MB46 CNT SP0770-97-M-EP84 AMT $26,160.00 LINE 0001 THROUGH 0002 DTD 122396 TO Highland auto and truck supply 1536 N Indiana St Los Angeles CA 90063-2520 CITE: (I-359 SN015106) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--KIT, TRANSFER GEAR REPAIR. CONSISTS OF ONE SOL SP0750-96-Q-3128 CNT SP0750-97-M-2149 AMT $99,947.00 LINE 0001 DTD 122396 TO Eppco metals Corp 3027 nationwide pky Brunswick OH 44212 CITE: (I-359 SN015114) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--WINDOW (SASH) ASSEMBLY, VEHICULAR. ON 2-1/2 SOL SP0770-97-X-MP19 CNT SP0770-97-M-EP89 AMT $35,098.00 LINE 0001 THROUGH 0002 DTD 122396 TO Highland auto and truck supply 1536 N Indiana St Los Angeles CA 90063-2520 CITE: (I-359 SN015118) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--SERVOVALVE, HYDRAULIC. PART OF TURRET SOL SP0750-96-Q-3120 CNT SP0750-97-M-2159 AMT $37,651.65 LINE 0001 THROUGH 0003 DTD 122396 TO MOOG controls Inc 300 Jamison Rd P O Box 3000 East Aurora NY 14052 CITE: (I-359 SN015127) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--PLUG ASSEMBLY, TURBINE SOL SP0480-96-Q-W630 CNT SP0480-97-M-F411 AMT $34,884.96 LINE 0001 THROUGH 0002 DTD 122396 TO Alamo aircraft supply Inc. 2538 SW 36TH St P.O. Box 37343 San Antonio TX 78237-0343 CITE: (I-359 SN015083) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--BRACKET ASSEMBLY POC Contact Point, Bernadette Palmarini, 0232.27, (215)697-1185, Fax, (215)697-3161, Twx, Not-avail CNT F3460195G0012GCY3, NIIN 008696982 AMT $373,691 DTD 121796 TO Allison Engine Co Inc , Indianapolis ,IN 46206-0420 CITE: (I-359 SN015173) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--SUPPORT,SHROUD-HIGH POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward G Morlock, 0232, (215)697-1063 CNT F3460197G0002GD08, NIIN 011351481 AMT $2,697,903 DTD 121796 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015174) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD30, NIIN 000456410 AMT $270,504 DTD 121896 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015175) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--BLADE,TURBINE,ROTOR POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD31, NIIN 012011371 AMT $119,959 DTD 121796 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015176) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--SEAL ASSEMBLY,CARBO POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD37, NIIN 011506660 AMT $48,186 DTD 121896 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015177) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--CASE AND NOZZLE,TUR POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD38, NIIN 011444288 AMT $347,760 DTD 121896 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015178) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--LINER,COMBUSTION CH POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD55, NIIN 013417395 AMT $497,810 DTD 122096 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015179) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--VANE,COMPRESSOR STA POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394D017M0011, NIIN 011397331 AMT $659,765 DTD 121396 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-359 SN015180) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--CONTROL UNIT ASSEMB POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail CNT N0038395GM1205321, NIIN 011526034 AMT $136,000 DTD 121696 TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200 CITE: (I-359 SN015181) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--GEARBOX,ACCESSORY D POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5394, NIIN 990625791 AMT $430,375 DTD 121996 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-359 SN015182) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--DUCT,EXHAUST,TURBIN POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5395, NIIN LLZZ13719 AMT $423,836 DTD 121996 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-359 SN015183) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--DISK,GAS TURBINE EN POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5397, NIIN 998888951 AMT $56,359 DTD 121696 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-359 SN015184) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--BLADE,TURBINE,ROTOR POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5398, NIIN 990363152 AMT $98,367 DTD 121696 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-359 SN015185) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--DUCT,AIR,MIDFRAME POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM078, NIIN 011392285 AMT $108,601 DTD 121896 TO F & B Mfg Co , Phoenix ,AR 85010-0000 CITE: (I-359 SN015186) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 28--SEAL, PROPUL SHA POC Contact Point, Andrea M Reisser, 846.2, (717)790-1429, Fax, (717)790-4163, Twx, Not-avail, Contracting Officer, Anthony J Smiraglia, 846, (717)790-1766 CNT N0010496DA0015000, NIIN 013919808 AMT $651,093 DTD 123096 TO Eg&g Sealol Epd , Warwick ,RI 02888-1592 CITE: (I-359 SN015233) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--VANE, COMPRESSOR, AIR --2840013449149PT CNT F34601-94-G-0028SAYW AMT $258,293 DTD 121996 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-359 SN015369) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 28--SEAL RING RETAINER; P/N 9978M69G44; 370 EA --2840011883653PR CNT F34601-97-C-0094, F34601-97-R-49341 AMT $29,230 DTD 122096 TO Steel Tool And Engineering Co, 22152 Pennsylvania Road, Taylor Mi 48180-5220 CITE: (I-359 SN015382) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--BLADE, TURBINE ENGINE SOL SP0500-96-R-0277 CNT SP0500-97-C-0031 AMT $1,399,258.00 LINE 0001 DTD 122396 TO Walbar of Arizona Inc 323 S bracken Ln Chandler AZ 85224 CITE: (I-359 SN015400) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--HOUSING, OIL PUMP ASSEMBLY, ENGINE SOL SP0480-97-Q-J230 CNT N00383-94-G-B341-TY22 AMT $37,719.76 LINE 0001 THROUGH 0002 DTD 122396 TO United Technologies Corp Pratt and Whitney Government Products Div Beeline Hwy P.O.Box 109600## West Palm Beach FL 33410-9600 CITE: (I-359 SN015052) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--CYLINDER BLOCK ASSEMBLY SOL SP0480-97-Q-J095 CNT SP0480-97-M-F372 AMT $42,115.20 LINE 0001 DTD 122396 TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015 CITE: (I-359 SN015060) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--GENERATOR, SPEED CONTROL SOL SP0480-97-Q-J040 CNT N00383-96-G-005D-TY64 AMT $60,172.50 LINE 0001 DTD 122396 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-359 SN015081) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--FILTER, FLUID. SOL 96TJM3-32-P-0700 CNT SP0750-97-W-5924 AMT $44,625.00 LINE 0001 THROUGH 0002 DTD 122296 TO Divers Den 4833 East business Hwy 98 P.O. Box 10606 Panama City FL 32404 CITE: (I-359 SN015117) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--IGNITER,SPARK,GAS T POC Contact Point, Kevin C Dillon, 0234.05, (215)697-3189, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB3405085, NIIN 992554999 AMT $53,063 DTD 121796 TO Lucas Areospace , West Bromwich B71 4jr Uk CITE: (I-359 SN015187) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--SUPPORT,FUEL NOZZLE POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB3415118, NIIN 013983987 AMT $174,960 DTD 121896 TO Pratt & Whitney Aircraft Group , W Palm Beach ,FL 33410-00 CITE: (I-359 SN015188) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--VALVE AND SLEEVE POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail CNT N0038395GM1205327, NIIN 009299003 AMT $54,454 DTD 121696 TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200 CITE: (I-359 SN015189) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--PARTS KIT,BODY CENT POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail CNT N0038395GM1205328, NIIN 011351416 AMT $650,980 DTD 122096 TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200 CITE: (I-359 SN015190) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--PUMP,FUEL,METERING POC Contact Point, Donald C Hinkson, 0234.06, (215)697-2598, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G023M5043, NIIN 013140716 AMT $155,000 DTD 121696 TO Coltec Industries Inc , West Hartford ,CT 06133-0651 CITE: (I-359 SN015191) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--SHAFT ASSY,DRIVE POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM074, NIIN 004838734 AMT $197,372 DTD 121796 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-359 SN015192) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--BELLOWS ASSY,DAMPED POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PM082, NIIN 004942343 AMT $56,361 DTD 121896 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-359 SN015193) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 97T132-32-P-0700 CNT SP0740-97-M-6663 AMT $25,865.70 LINE 0001 DTD 122396 TO S A R C O P.O. Box 893 /for mailing only Voorhees NJ 08043 CITE: (I-359 SN015112) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, DUPLEX SOL SP0500-97-Q-7810 CNT DAAJ09-94-G-0005-TZ49 AMT $56,102.75 LINE 0001 DTD 122396 TO McDonnell Douglas Corp McDonnell Douglas Aerospace McDonnell Douglas Helicopter Co 5000 E McDowell Rd Mesa AZ 85215-9789 CITE: (I-359 SN015398) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--CONVEYOR, ROLLER, GRAVITY. USE DOD-D-1000 SOL SP0740-96-Q-JB57 CNT SP0740-97-M-0259 AMT $99,693.52 LINE 0001 THROUGH 0002 DTD 122396 TO Central City Mfg Inc old Hwy 13 S central City IA 52214 CITE: (I-359 SN015113) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS 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--HOUSING PART, MECHAN SOL SP0700-97-X-0069 CNT SP0700-97-M-0812 AMT $25,918.74 LINE 0001 THROUGH 0002 DTD 122396 TO SAM winermotors Inc 3417 E Waterloo Road P O Box 6258 Akron OH 44312 CITE: (I-359 SN015119) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--COOLING COIL, AIR, DUCT TYPE SOL SP0441-97-Q-R144 CNT SP0441-97-M-T722 AMT $35,984.00 LINE 0001 DTD 122396 TO Moody precision supply Inc 105 dividend Suite B P.O.Box 13633 Arlington TX 76094-3633 CITE: (I-359 SN015050) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, RECIPROCATING. SOL 96TBE7-72-P-0700 CNT SP0750-97-M-9331 AMT $26,280.00 LINE 0001 THROUGH 0002 DTD 122396 TO Chesapeake Associated Enterprises Inc P O Box 555 Bel air MD 21014 CITE: (I-359 SN015110) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--BLEED AIR FILTER. SOL 96TDW2-12-P-0700 CNT SP0760-97-M-7940 AMT $27,953.75 LINE 0001 THROUGH 0002 DTD 122396 TO Pall Aeropower Corp Sub of Pall Corp Mectron Industries Div 6301 49TH St N /for mailing only Pinellas Park FL 34665-5798 CITE: (I-359 SN015123) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 43--PUMP,AXIAL PISTONS POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail CNT F0960395G0015GC33, NIIN 010218410 AMT $462,000 DTD 122096 TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165 CITE: (I-359 SN015194) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 45--BOILER, OIL FIRED. NET WATER RATING 4593 SQ. SOL SP0770-96-Q-QF84 CNT SP0770-97-M-DA02 AMT $29,460.00 LINE 0001 THROUGH 0003 DTD 122396 TO Comptech Corp 15946 Derwood Rd Rockville MD 20855 CITE: (I-359 SN015105) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--TUBE AND FITTINGS, METALLIC. SOL 97T015-72-P-0700 CNT N00383-93-G-B417-UBBJ AMT $35,134.02 LINE 0001 DTD 122396 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-359 SN015103) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--COUPLING HALF, QUICK DISCONNECT. ALUMINUM ALLOY SOL SP0740-96-Q-8973 CNT SP0740-97-M-9056 AMT $30,268.90 LINE 0001 THROUGH 0003 DTD 122396 TO Hydraulics international, Inc. 9000 Mason Avenue Chatsworth, CA 91311 CITE: (I-359 SN015107) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--TUBE, STEEL. 1.500 INCH OD, 0.120 INCH WALL SOL 95TCJ1-52-P-0700 CNT SP0760-97-M-7939 AMT $31,977.60 LINE 0001 THROUGH 0002 DTD 122396 TO Ame Intl Inc 125 baywood Ave P.O.Box 522378 longwood FL 32752 CITE: (I-359 SN015109) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY. SOL SP0750-97-Q-0158 CNT SP0750-97-M-3178 AMT $30,575.00 LINE 0001 THROUGH 0002 DTD 122396 TO Titeflex Corp sub of Bundy Corp 603 Hendee St P.O.Box 90054 Springfield MA 01139 CITE: (I-359 SN015120) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--COUPLING HALF, QUICK DISCONNECT. CORROSION SOL SP0740-96-Q-8976 CNT SP0740-97-M-9057 AMT $27,909.63 LINE 0001 THROUGH 0002 DTD 122396 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-359 SN015121) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--COUPLING HALF, QUICK DISCONNECT. MALE, ZERO CNT SP0740-97-M-9084 AMT $31,491.00 LINE 0001 THROUGH 0003 DTD 122396 TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O Box 3951 North Hollywood CA 91605 CITE: (I-359 SN015124) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MANIFOLD, HYDRAULIC SOL SP0740-96-Q-0468 CNT F09603-95-G-0015-UBF4 AMT $57,598.00 LINE 0001 DTD 122396 TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave Kalamazoo MI 49001-4165 CITE: (I-359 SN015126) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 47--TUBE,BLEED AIR POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM071, NIIN 011691753 AMT $170,204 DTD 121896 TO Lkm Industries , Woburn ,MA 01801-0000 CITE: (I-359 SN015195) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SHUTTLE. (ALUMINUM ALLOY BODY). MEDIA SOL 96TMX8-12-P-0700 CNT SP0740-97-M-6694 AMT $27,940.00 LINE 0001 THROUGH 0002 DTD 122396 TO Pneudraulics Inc 8575 Helms Ave Rancho Cucamonga CA 91730-4519 CITE: (I-359 SN015108) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--TABLE, WORK, AUTOMOTIVE MAINTENANCE. SOL SP0750-97-Q-0276 CNT SP0750-97-M-9361 AMT $86,640.00 LINE 0001 THROUGH 0002 DTD 122396 TO Dehler Mfg Co Inc 5801 W dickens Ave Chicago IL 60639-4030 CITE: (I-359 SN015122) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49--TEST SET,COUNTERMEA POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M013P, Sol Nr N00383-96-R-0152, NIIN 001307799 AMT $30,815 DTD 120996 TO Telephonics Corp , Huntington ,NY 11743-0000 CITE: (I-359 SN015196) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49--MACHINE,CLEANING POC Contact Point, Carol A Burke, 0222.06, (215)697-3454, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PP160, NIIN 010585267 AMT $30,600 DTD 121696 TO B & B Tritech Inc , Miami ,FL 33266-0000 CITE: (I-359 SN015197) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49--ADAPTER,HOIST,GENER POC Contact Point, Helen M Rogers, 0222.09, (215)697-4072, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PP169, NIIN 012027154 AMT $25,872 DTD 121696 TO Hrk Enterprises , Ft Worth ,TX 76119-0000 CITE: (I-359 SN015198) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 49--FILLER AND BLEEDER --4910-00-8955394 CNT F41608-96-D-0752, F41608-95-R-13883 AMT $499,243 DTD 121296 TO Hydraulic Technology Inc, 3833 Cincinnati Ave, Rocklin Ca 95677-0000 CITE: (I-359 SN015370) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53--SCRAPER,PISTON POC Contact Point, Donna M Graham, 0232.11, (215)697-4964, Fax, (215)697-3161, Twx, Not-avail CNT F0960395G0015GC44, NIIN 013485113 AMT $26,508 DTD 121696 TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165 CITE: (I-359 SN015199) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53--BOLT,SELF-RETAINING POC Contact Point, Cynthia D Palmer, 0232.18, (215)697-4386, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Mary Ellen A Eisele, 0232.28, (215)697-1181 CNT N0038397CM073, NIIN 000956413 AMT $60,372 DTD 121896 TO Sps Technologies Inc , Jenkintown ,PA 19046-0000 CITE: (I-359 SN015200) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 53--RIVET --5320003958747PT CNT F41608-96-M-0303 AMT $79,999 DTD 120996 TO Sps Technologies Inc, Aerospace & Industrial Products Div, 2701 S Harbor Blvd, Santa Ana Ca 92702-1259 CITE: (I-359 SN015371) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 56--INSULATION BLANKET, THERMAL. SOL 96TMX9-62-P-0700 CNT N00383-93-G-B417-UBBK AMT $47,214.40 LINE 0001AA THROUGH 0001AC DTD 122396 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-359 SN015104) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--TR LIMITER SOL SP0970-97-Q-A009 CNT SP0970-97-M-1672 AMT $54,706.00 LINE 0001AA THROUGH 0001AB DTD 122396 TO Communications and power Industries Inc Beverly microwave Div 150 Sohier Rd Beverly MA 01915-5595 CITE: (I-359 SN015039) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Department of Commerce, NOAA, Acquisition, Grants and Facilities, Acquisition Management Division, General Contracts Branch, OFA512:ET, 1325 East-West Highway, STA 4301, Silver Spring, Maryland 20910-3283 SUBJECT: 58--SECOND GENERATION LOCAL USER TERMINALS (LUTS) CNT 50-DGNE-2-00025, Modification 0042 AMT $26,290.68 DTD 122396 TO Techno-Sciences, Inc., 10001 Derekwood Lane, Suite 204, Lanham, Maryland 20706 CITE: (I-359 SN015129) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--MODULE ASSEMBLY,VID POC Contact Point, Sheila Shapiro, 0231.14, (215)697-3551, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony C Etheridge, 0231.21, (215)697-2560 CNT F0460696G0020GC03, NIIN 011599054 AMT $33,214 DTD 121696 TO Northrop Corp , Hawthorne ,CA 90250-0000 CITE: (I-359 SN015201) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--AMPLIFIER,RADIO FRE POC Contact Point, Jean L Destefano, 0235.01, (215)697-6545, Fax, (215)697-3161, Twx, Not-avail CNT F3460195G0004GC11, NIIN 012890222 AMT $219,700 DTD 121896 TO Northrop Grumman Corporation , Rolling Meadows ,IL 60008 - -1098 CITE: (I-359 SN015202) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--CONTROL,COMMUNICATI POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0001993G0129YC7Y, NIIN 013978046 AMT $40,000 DTD 102496 TO Litton Systems Inc , Woodland Hills ,CA 91367-6698 CITE: (I-359 SN015203) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--PANEL,CONTROL,ELECT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0001993G0129YC7Z, NIIN 013983808 AMT $50,000 DTD 102496 TO Litton Systems Inc , Woodland Hills ,CA 91367-6698 CITE: (I-359 SN015204) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--PANEL,CONTROL,ELECT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0001993G0129YC8A, NIIN 013983808 AMT $50,000 DTD 102496 TO Litton Systems Inc , Woodland Hills ,CA 91367-6698 CITE: (I-359 SN015205) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--ACOUSTIC RECEIVER POC Contact Point, William A Ryan, 0225.02, (215)697-2530, Fax, (215)697-3161, Twx, Not-avail CNT N0038393D027U7001, NIIN 011664805 AMT $380,912 DTD 121796 TO Hazeltine Corp , Greenlawn ,NY 11740-0000 CITE: (I-359 SN015206) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--TOW CABLE ASSEMBLY POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Eugene J Zmijewski, 0225.01, (215)697-6543 CNT N0038395D008J7005, NIIN 004383333 AMT $631,770 DTD 121896 TO Texas Instruments Inc , Mckinney ,TX 75070-0801 CITE: (I-359 SN015207) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--SYNTHESIZER,ELECTRI POC Contact Point, David Necowitz, 0234.08, (215)697-3821, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, John J Kenney, 0234.03, (215)697-6525 CNT N0038395G008G5044, NIIN 011629391 AMT $852,840 DTD 121696 TO Rockwell International , Cedar Rapids ,IA 52498-0100 CITE: (I-359 SN015208) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--BEACON,RADIO POC Contact Point, William A Ryan, 0225.02, (215)697-2530, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D005J7000, NIIN 011942489 AMT $376,410 DTD 121896 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-359 SN015209) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--BEACON,RADIO POC Contact Point, William A Ryan, 0225.02, (215)697-2530, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D005J7001, NIIN 011942489 AMT $494,865 DTD 121896 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-359 SN015210) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--ITEM NAME RESISTOR, FIXED, COMP SOL SP0900-97-Q-0076 CNT SP0900-97-M-0060 AMT $32,984.27 LINE 0001 THROUGH 0010 DTD 122396 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-359 SN015033) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 SP0970-97-C-0016 AMT $252,109.92 LINE 0001AA THROUGH 0003AD DTD 122296 TO Miller R a Industries Inc 14500 168TH Ave P.O.Box 858 Grand Haven MI 49417-0858 CITE: (I-359 SN015034) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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 97T397-92-P-0900 CNT SP0970-97-M-1410 AMT $27,360.00 LINE 0001AA THROUGH 0001AB DTD 122396 TO General Microwave Corp 5500 New Horizons Blvd Amityville NY 11701-1130 CITE: (I-359 SN015035) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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-0085 CNT SP0900-97-M-0032 AMT $43,435.91 LINE 0001 THROUGH 0011 DTD 122396 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-359 SN015036) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--FILTER, RADIO FREQUE CNT SP0905-97-C-0004 AMT $136,664.00 LINE 0001 THROUGH 0002 DTD 122296 TO Advanced technical Corp 1915 armacost Ave Los Angeles CA 90025-5210 CITE: (I-359 SN015037) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, PRESSURE SOL SP0930-96-Q-A265 CNT SP0930-97-M-2423 AMT $28,324.00 LINE 0001 THROUGH 0002 DTD 122296 TO Hydra electric 3151 kenwood St Burbank CA 91505-1052 CITE: (I-359 SN015038) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, ELECTROMAGNETIC SOL SP0900-96-T-M701 CNT SP0930-97-M-2541 AMT $29,854.00 LINE 0002 DTD 122396 TO Omntec Mfg Inc 1993 pond Rd P O Box 30 Ronkonkoma NY 11779-0030 CITE: (I-359 SN015040) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MICROCIRCUIT, DIGITAL CNT SP0900-97-C-0003 AMT $142,560.00 LINE 0001 DTD 122296 TO Rochester electronics Inc 10 Malcolm hoyt Dr newburyport MA 01950 CITE: (I-359 SN015041) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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, TOGGLE SOL SP0930-97-Q-A082 CNT SP0930-97-M-2506 AMT $36,580.00 LINE 7001 DTD 122396 TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box 210069 Dallas TX 75211-3804 CITE: (I-359 SN015042) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--ARRESTER, LIGHTING SOL SP0930-96-Q-A121 CNT SP0930-97-M-2058 AMT $70,380.00 LINE 0001 DTD 122396 TO Joslyn electronic systems Corp 6868 cortona Dr P O Box 817 Goleta CA 93117 CITE: (I-359 SN015043) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--SENSOR, TEMPERATURE SOL SP0905-96-R-A053 CNT F09603-94-G-0038-UB2P AMT $83,175.12 LINE 0001AA THROUGH 0001AH DTD 122396 TO United Technologies Corp Hamilton Standard Div 1 Hamilton Rd Windsor Locks CT 06096-1010 CITE: (I-359 SN015044) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL, BRANCH SOL SP0451-96-Q-WM66 CNT SP0451-97-M-8391 AMT $30,540.89 LINE 0001 THROUGH 0002 DTD 122396 TO Atlas-Aero Corp 85 Tremont St P.O.Box 887 Meriden CT 06450-0887 CITE: (I-359 SN015048) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--JACK BOX, SOUND POWERED, CONNECTOR ASSY CNT SP0935-97-M-1872 AMT $31,783.50 LINE 0001 THROUGH 0002 DTD 122396 TO Hose-mccann telephone Co Inc 1241 W Newport center Dr Deerfield Beach FL 33442 CITE: (I-359 SN015071) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MICROCIRCUIT, LINEAR CNT SP0960-97-M-1453 AMT $57,972.15 LINE 0001 THROUGH 0003 DTD 122396 TO Lockheed Martin Corp Lockheed Martin electronics and missiles West Orlando facility mp-125 5600 W sandlake rd## Orlando FL 32819-8907 CITE: (I-359 SN015074) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--SWITCH PRESSURE --5930010527538WF CNT F42620-97-C-0020, F42620-96-R-1042 AMT $131,584 DTD 122396 TO Spectrum Associates Inc, 179 North Broad Street, Po Box 470, Milford Ct 06460-0470 CITE: (I-359 SN015132) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--SOLENOID,ELECTRICAL POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD53, NIIN 002025133 AMT $103,051 DTD 121996 TO General Electric Supply Co , Mt Laurel ,NJ 08054-0000 CITE: (I-359 SN015211) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CONNECTOR,RECEPTACL POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038393GB4179085, NIIN 013539136 AMT $25,675 DTD 121996 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-359 SN015212) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--ELECTRONIC MODULE,S POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395GB5000019, NIIN 013148615 AMT $467,551 DTD 121296 TO Lockheed Sanders Inc , Nashua ,NH 03061-0868 CITE: (I-359 SN015213) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--COUPLER,ANTENNA POC Contact Point, Deirdre M Okeefe, 0235.05, (215)697-4071, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald R Buday, 0235.11, (215)697-6511 CNT N0038395GB5005115, NIIN 013687750 AMT $33,648 DTD 121996 TO Lockheed Sanders Inc , Nashua ,NH 03061-0868 CITE: (I-359 SN015214) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--COUPLER,ANTENNA POC Contact Point, Deirdre M Okeefe, 0235.05, (215)697-4071, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald R Buday, 0235.11, (215)697-6511 CNT N0038395GB5005116, NIIN 013687749 AMT $37,400 DTD 121996 TO Lockheed Sanders Inc , Nashua ,NH 03061-0868 CITE: (I-359 SN015215) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Deirdre M Okeefe, 0235.05, (215)697-4071, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald R Buday, 0235.11, (215)697-6511 CNT N0038395GB5005118, NIIN 012016265 AMT $91,164 DTD 121996 TO Lockheed Martin Corp , Nashua ,NH 03061-0000 CITE: (I-359 SN015216) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 CNT N0038397CA017, NIIN 010670199 AMT $137,547 DTD 121996 TO Gte Government Systems Corp , Needham Heights ,MA 02194-00 CITE: (I-359 SN015217) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--AMPLIFIER,RADIO FRE POC Contact Point, Rosemary A Devlin, 0235.03, (215)697-5976, Fax, (215)697-3161, Twx, Not-avail CNT N0038397D004G7000, NIIN 012112278 AMT $378,964 DTD 121896 TO Rockwell International , Cedar Rapids ,IA 52498-0100 CITE: (I-359 SN015218) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--HYD RESERVOIR ASSY POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail CNT N0010494G03035044, Sol Nr N00104-96-Q-JA70, NIIN LLH774494 AMT $64,919 DTD 010297 TO Alliant Techsystems Inc , Mukilteo ,WA 98275-4844 CITE: (I-359 SN015234) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 59--SPECIAL PURPOSE UNDERWATER CABLE & CONNECTORS POC Bill Shearer, Contract Specialist, (757) 444-4659; Paulette Spruill, CNT N00189-97-C-0031/N00189-97-R-0007 AMT $174151 LINE All DTD 112796 TO BIW Connector Systems, Inc., 500 Tesconi Circle, Santa Rosa, CA 95401 CITE: (W-359 SN015266) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-95-Q-VS37 CNT SP0451-97-M-C615 AMT $49,560.00 LINE 0002 DTD 122396 TO Eaton Corp specific industry control Div 4265 N 30TH St Milwaukee WI 53216-1894 CITE: (I-359 SN015055) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MOTOR, CONTROL SOL 97T220-12-P-0400 CNT SP0430-97-M-P514 AMT $41,316.00 LINE 0001 THROUGH 0002 DTD 122396 TO Vernitron Corp Motion Control Group 1601 Precision Park Ln San Ysidro CA 92173 CITE: (I-359 SN015056) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--ARMATURE, MOTOR SOL SP0430-97-Q-P151 CNT SP0430-97-M-P559 AMT $37,985.00 LINE 0001 DTD 122396 TO Consumers aircraft Co. 16842 Hale Avenue Irvine, CA 92714 CITE: (I-359 SN015058) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MOTOR, TORQUE SOL SP0430-96-Q-BQ97 CNT SP0430-97-M-P497 AMT $40,503.00 LINE 0001 DTD 122396 TO Inland Motor Div of Kollmorgen Corp 501 First St Radford VA 24141-1427 CITE: (I-359 SN015062) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MONITOR, VOLTAGE DEV SOL SP0430-97-Q-P027 CNT SP0430-97-M-P564 AMT $26,690.00 LINE 0001 DTD 122396 TO Tempo Instrument Inc Defense Electronics Div 87 modular Ave Commack NY 11725-5719 CITE: (I-359 SN015082) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MOTOR-TACHOMETER GE SOL SP0430-97-Q-P147 CNT SP0430-97-M-P480 AMT $69,190.00 LINE 0001 DTD 122396 TO Inland Motor Div of Kollmorgen Corp 501 First St Radford VA 24141-1427 CITE: (I-359 SN015084) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--MOTOR, CONTROL SOL SP0430-96-Q-BM40 CNT SP0430-97-M-P237 AMT $28,600.00 LINE 0001 THROUGH 0002 DTD 122296 TO ANT Co of Virginia Inc the 5709 Charles City CIR P.O.Box 50174 Richmond VA 23250 CITE: (I-359 SN015092) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--BATTERY ASSEMBLY SOL SP0430-97-Q-Q155 CNT SP0430-97-M-R686 AMT $61,708.80 LINE 0001 THROUGH 0002 DTD 122396 TO Shiloh Industries Inc 5988 Executive Blvd Dayton OH 45424-1453 CITE: (I-359 SN015093) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--ELECTRIC POWER,GENE POC Contact Point, David Necowitz, 0234.08, (215)697-3821, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, John J Kenney, 0234.03, (215)697-6525 CNT N0038393G008U7002, NIIN 014003636 AMT $603,479 DTD 121696 TO Allied Signal Canada Inc , Ontario Canada M9w 6l7 CITE: (I-359 SN015219) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--POWER SUPPLY POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D003G7006, NIIN 000688190 AMT $445,550 DTD 121696 TO Harris Technical Services Corp , Norfolk ,VA 23513-2406 CITE: (I-359 SN015220) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--FIXTURE, LIGHTING SOL SP0441-96-Q-GU30 CNT SP0441-97-M-V439 AMT $54,696.50 LINE 0001 DTD 122396 TO Mor-lite Inc 1718 Yorktown Rd Yorktown VA 23693 CITE: (I-359 SN015049) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--BASE ASSEMBLY, LIGHT SOL SP0441-97-Q-S057 CNT SP0441-97-M-V533 AMT $51,393.60 LINE 0001 THROUGH 0002 DTD 122396 TO Mapex Co 15018 ramona Blvd Baldwin Park CA 91706 CITE: (I-359 SN015088) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--LIGHT, RECOGNITION, AIRCRAFT SOL SP0441-96-Q-GS60 CNT SP0441-97-M-V545 AMT $57,035.90 LINE 0001 THROUGH 0012 DTD 122396 TO Grimes Aerospace Co 550 State Rt 55 P.O.Box 247 Urbana OH 43078-0247 CITE: (I-359 SN015091) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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-Q3-92 OPEN SEASON 2, MEDICAL & VETERINARY SUPPLIES, 65 II B POC Michael D. Hill, Contracting Officer, (708) 786-5193 CNT V797P-3392k AMT $120,000 LINE N/A DTD 121696 TO Sammons Preston, Inc., 4 Sammons Ct., Bolingbrook, IL 60440 CITE: (I-359 SN015288) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--INDICATOR, AIR SPEED SOL SP0440-97-Q-U031 CNT SP0440-97-M-Z335 AMT $45,540.00 LINE 0001AA THROUGH 0003 DTD 122396 TO Aerosonic Corp PO Box 4627 Clearwater FL. 34618-4627 CITE: (I-359 SN015059) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--METER, SPECIAL SCALE SOL SP0920-96-Q-3324 CNT SP0920-97-M-1649 AMT $29,799.00 LINE 0001 THROUGH 0014 DTD 122396 TO Electronic design Inc 3020 20TH St metairie LA 70002 CITE: (I-359 SN015072) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--COURSE COUNTER ASSE SOL SP0440-96-R-0123 CNT SP0440-97-C-5114 AMT $150,177.50 LINE 0001 DTD 122396 TO Aeronautical instrument and radio Co 234 garibaldi Ave P.O.Box 340 Lodi NJ 07644-0340 CITE: (I-359 SN015086) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--GENERATOR,SIGNAL POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail CNT N0038397F6001, NIIN 012899939 AMT $127,832 DTD 121896 TO Hewlett-packard Co , Wayne ,PA 19087-5580 CITE: (I-359 SN015221) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 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--TEST SET,RADAR POC Contact Point, Debora L Paules, 02132.3, (717)790-2719, Fax, (717)790-7335, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010497CLA06, NIIN 011921347 AMT $1,803,200 DTD 121996 TO California Microwave Inc , Sunnyvale ,CA 94089-0000 CITE: (I-359 SN015235) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 67--CAMERA,STILL PICTUR POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G012J5034, NIIN 013444707 AMT $410,796 DTD 122096 TO Texas Instruments Inc , Mckinney ,TX 75070-0801 CITE: (I-359 SN015222) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 68--RUNWAY DE-ICING FLUID POC MARSHA S. WITCHER, CONTRACT SPECIALIST, (757)445-1762; MARSHA S. CNT N00189-97-C-0029/N00189-97-R-3000 AMT $156655 LINE 00001 DTD 112296 TO Howerton Dail Management Co. 339 West 21ST Street Norfolk VA 23517 CITE: (W-359 SN015255) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 68--RUNWAY DE-ICING FLUID POC MARSHA S. WITCHER, CONTRACT SPECIALIST, (757)445-1762; MARSHA S. CNT N00189-97-D-0015/N00189-96-R-0030 AMT $192000 LINE 1001 - 1002 DTD 101696 TO Old World Industries, 4065 Commercial Ave, Northbrook, IL 60062-1851 CITE: (W-359 SN015256) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 69--TRAINING AID, BATTLEFIELD MARKER SOL SP0450-96-Q-NC71 CNT SP0450-97-M-K551 AMT $55,936.44 LINE 0001 THROUGH 0002 DTD 122396 TO Ez info Inc 801 atchison St atchison KS 66002 CITE: (I-359 SN015051) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: 70--WORKLOAD MIGRATION POC Art Kruse, Contract Specialist, 618-256-9735 or datafax 618-256-9414 CNT DCA20097M1254 AMT $86650 LINE 0001 DTD 121996 TO Integrated Business Solutions, Inc. (IBS); 1050 17th Street NW, Suite 600; Washington DC 20036 CITE: (W-358 SN015021) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 70--HAND HELD COMPUTER POC Tina Gillespie, Purchasing Agent (757) 444-1726 ; Terri Harmon, CNT N00189-96-Q-0581/N00189-97-M-BX94 AMT $99918 LINE 0001 DTD 121196 TO Symbol Technologies Inc, 2010 Corporate Ridge Ste 500, CITE: (W-359 SN015319) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--CABINET, FOOD WARMING, ELECTRIC SOL SP0500-96-Q-UA43 CNT SP0500-97-M-U307 AMT $31,406.30 LINE 0001 DTD 122396 TO Cones repair service 2408 40TH Ave Moline IL 61265-7234 CITE: (I-359 SN015397) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--VEGETABLE PEELING MACHINE SOL SP0500-97-Q-E096 CNT SP0500-97-M-W117 AMT $27,225.00 LINE 0001 THROUGH 0003 DTD 122396 TO Insinger machine Co 6245 State Road philadeplhia PA 19135-2905 CITE: (I-359 SN015399) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--PANEL MARKER, SURVIVAL AVIATION CNT SP0100-97-M-EA91 AMT $32,500.00 LINE 0001AA DTD 122396 TO Harris Mfg Co Inc 550 Ingham Ave Trenton NJ 08638 CITE: (I-359 SN015099) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 89--COCA COLA PRODUCTS POC Fannie Richardson, Code 02H2G, (757) 444-7249 CNT N00189-97-D-0004/N00189-96-R-0023 AMT $55125 LINE 0001 - 0037 DTD 103096 TO The Coca Cola Bottling Company of New York, 118 Moonachie Avenue , CITE: (W-359 SN015257) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 89--PEPSI COLA PRODUCTS POC Fannie Richardson, Code 02H2G, (757) 444-7249 CNT N00189-97-D-0018/N00189-96-R-0024 AMT $57225 LINE 0001 - 0040 DTD 111496 TO Pepsi Cola Company Henry Vinson, 6925 North Main Street , Columbia, SC CITE: (W-359 SN015259) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 89--PEPSI COLA PRODUCTS POC Fannie Richardson, Code 02H2G, (757) 444-7249 CNT N00189-97-D-0012/N00189-96-R-0068 AMT $163254 LINE 0001 - 0004 DTD 111596 TO Pepsi COLA North America, Northwest Bottling Unit, 2300 26th Ave. S., CITE: (W-359 SN015260) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 89--COCA COLA PRODUCTS POC Fannie Richardson, Code 02H2G, (757) 444-7249 CNT N00189-97-D-0026/N00189-96-R-0136 AMT $122360 LINE 0001 - 0021 DTD 021296 TO Coca Cola OF Hawaii, 949 Mapunspuna Street, HONOLULU, HI CITE: (W-359 SN015265) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 89--SEVEN UP PRODUCTS POC Dawn Sunkins, Code O2H2J, (757) 445-1760 CNT N00189-97-D-0025/N00189-96-R-0139 AMT $39793 LINE 0001 - 0023 DTD 112596 TO Seven Up Bottling Company of Virginia Beach, 5700 Ward Avenue, CITE: (W-359 SN015320) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 91--PROPANE BUTANE POC J. Gregg CNT N00406-97-C-5010 AMT $103,200 LINE N/A DTD 122396 TO guam isla lp gas & hppliance corp yigo plaza suite 7 barrigada guam CITE: (I-359 SN015416) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225 SUBJECT: 99--PROVIDE THREE AUTOMATED FEE COLLECTION MACHINES FOR INSTALLATION AT CHICKASAW NATIONAL RECREATION AREA, OKLAHOMA. POC Edward L. Tafoya, (303) 969-2116 CNT 1443-CX-2000-97-011 AMT $80,592 DTD 121596 TO MITI Manufacturing Co., Inc., 3183 Hall Avenue, Grand Junction, Colorado 81504 CITE: (M-359 SN015251) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SPECIAL NOTICES OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045 SUBJECT: ABERDEEN PROVING GROUNDS WINTER TECHNOLOGY EXPOSITION, WEDNESDAY, JANUARY 8, 1997 POC Lauren Fraley, (800) 333-6722 (Ext. 214). DESC: On Wednesday, January 8, 1997, Aberdeen Proving Ground will be hosting the Winter Technology on site. This huge army facility has over 10,000 active personnel and 55 different tenants. Scientists, Engineers, and Contracting personnel will be attending looking for the latest and greatest technologies. Companies with Analytical Applications, Real Time, CASE Tools, Laptops, UNIX, Systems Integration, Software Development, Office Automation and Telecommunications are urged to participate in this excellent event. Don't miss this opportunity to be in front of decision makers at Aberdeen. For further information on this expo, please contact NSBC at (800) 333-6722, Lauren Fraley, (Ext. 214) or either e-mail us at shows@nsbc.org. Our Web Site is www.nsbc.org. CITE: (M-359 SN015248) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SPECIAL NOTICES OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045 SUBJECT: VADENBERG AFB BASE-WIDE TECHNOLOGY EXPO WEDNESDAY, JANUARY 29, 1997 POC Sheila Myers at (800) 333-6722 (Ext. 218). DESC: On Wednesday, January 29 Vandenberg AFB will be hosting the Winter Technology Expo on site from 10:00 a.m.-2:00 p.m. Scientist, Engineers, and research personnel will be attending looking for the latest technological advances. There are approximately 9,000 active duty and contractor personnel located on base. Data Acquisition, Internet, Data Security, Workstations, UNIX, Telecommunications, Anti-Virus Software, CAD/CAM/CAE and LAN/WAN are just some of the technologies of interest. Don't miss this opportunity to be face to face with decision makers at Vandenburg! For further information on this expo, please contact Sheila Myers at (800) 333-6722 (Ext. 218) or e-mail us at shows@nsbc.org. Our web site is www.nsbc.org. CITE: (M-359 SN015249) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SPECIAL NOTICES OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045 SUBJECT: NELLIS AIR FORCE BASE WINTER TECHNOLOGY EXPO, FRIDAY, JANUARY 31, 1997 DESC: On Friday, January 31, 1997, The Communication Squadron will be hosting their on site technology expo from 10:00-2:00 p.m. Come exhibit at this event and see between 200-400 qualified scientist and engineers from this High Tech location. Key tenants and Commands include the 57th Wing, 99th Wing, Air Force Weapons and Tactics Center, and 39th Intelligence Squadron. Telecommunications, Mass Storage Media, Office Automation, Security Software, UNIX, Imaging, Encryption, LAN/WAN and Laptops are just some of the technologies of interest. Don't miss this opportunity to meet face to face with key decision makers. For Further information, please contact NSBC at (800) 333-6722, ask for Sheila Myers (Ext. 218) or e-mail us at shows@nsbc.org. Visit our web site at www.nsbc.org. CITE: (M-359 SN015279) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SPECIAL NOTICES OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045 SUBJECT: NATIONAL IMAGERY AND MAPPING AGENCY (FORMALLY DMA) TECHNOLOGY EXPO, WEDNESDAY, JANUARY 15, 1997, BETHESDA, MD DESC: Following our huge success of over 400 attendees at NIMA, January 1996, The Office of Research and Technology Applications has decided to reschedule this targeted event. The Expo will take place on site from 10:00-2:00 p.m., Wednesday, January 15, 1997. Scientists, Engineers and Contracting personnel will be looking for the latest technological advances. Some of the technologies of interest are Document Imaging, Optical Imaging, Plotters, Multi-media, LAN/WAN, Advanced Office Automation and Systems Integration. Don't miss this opportunity to meet face to face with decision makers from this very highly secure agency. For further information, please contact NSBC at (800) 333-6722, Lauren Fraley (Ext. 214) or e-mail us at shows@nsbc.org. Visit our web site at www.nsbc.org. CITE: (M-359 SN015314) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SPECIAL NOTICES OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045 SUBJECT: EDWARDS AIR FORCE BASE WINTER TECHNOLOGY EXPO, THURSDAY, JANUARY 30, 1997 DESC: On Thursday, January 30, The Communication and Computer Acquisition Office will be hosting their Winter Technology Expo on site from 10:00 a.m.-2:00 p.m. At our last event at this location, 325 targeted personnel from Edwards and other tenant organizations on base, gathered to see the latest technologies in the computer industry. Engineers, Scientists, Research, Test and Development personnel along with Communication Squadron personnel, Contracting and Procurement specialist, Decision Makers and End users are those that will be attending. Some of the technologies of interest include: Video Teleconferencing, Laptops, Document Imaging, Unix, Engineering Capabilities, Desktop 5, Networking and Real Time. Don't miss this opportunity to be face to face with decision makers at Edwards! For Further information on this expo, please contact NSBC at (800) 333-6722, ask for Marla Feurer (Ext. 201) or e-mail us at shows@nsbc.org. Visit our web site at www.nsbc.org. CITE: (M-359 SN015322) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SPECIAL NOTICES SUBJECT: SOURCES SOUGHT FOR ULTRA-LIGHTWEIGHT PUMP DESC: The fuel handling research and development team of the Tank-Automotive and armaments command is interested in developing a ultra-lightweight 350 gallon per minute (GPM) at 275 total head, engine-driven, self-priming, pumping assembly. The pumping assembly being developed will not exceed the four person Carry requirement of 14 7 pounds. The pump and engine may be separate modules to meet this requirement. The engine shall operate using jp-8 or Diesel fuel. The steady-state noise produced by the pumping assembly will not exceed 85 DB(A) at 39 inches from the basic envelope of the unit. The pumping assembly will perform in any ambient temperature of +130 to -25 F. The pumping assembly will not be damaged by storage in any ambient temperature from +160 to -65 F. The inlet (suction) and outlet (discharge) ports shall be 4-INCH quick disconnect, cam-lock couplings. The contractor must have recent acceptable, demonstrable experience in the field discussed. Firms having interest, capability and appropriate background are invited to submit developmental capability, qualifications and experience. Responses to this synopsis should include sufficient information for a determination of the ability to perform the required task as listed above, as part of the qualification package. After statements of capability have been screened a solicitation may be issued to those prospective sources who, in the sole judgement of the procuring activity, have the best potential of successfully fulfilling the governments requirements. Respondents to this synopsis will not be notified of the results of the evaluation of information submitted. Responses to this synopsis shall be provided NLT 35 days from the date of publishing to US Army Tank-Automotive and armaments command, Attn: AMSTA-TR-R/21 (Mr. Andrew schutt), Warren, MI 48397-5000. This synopsis is for information and planning purposes only and does not constitute a solicitation for BIDS or proposals and is not to be construed as a commitment by the government. All information will be supplied at not cost to the government. Proprietary information will be protected. See NOTE: N/A. All responsible sources may submit an offer which will be considered. CITE: (I-359 SN015335) [Commerce Business Daily: Posted December 24, 1996] [Printed Issue Date: December 27, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: General Services Administration, Region 3, Federal Supply Service Bureau, Property Management Branch, Sales (3FBPS), The Wanamaker Building, 100 Penn Square East, Room 891, Philadelphia, Pennsylvania 19107 SUBJECT: SALE OF VEHICLES POC Contracting Officer, Charles L. Robinson, (215) 656-3938. DESC: Sealed Bid Sale of surplus Government owned vehicles located in Pennsylvania, Maryland, Virginia, and West Virginia. Bids will be opened at the GSA, Federal Supply Service Bureau (3FBPS), The Wanamaker Building, 100 Penn Square East, Room 860, Philadelphia, PA on January 17, 1997 at 3:00 p.m. Inspection is January 06 through January 10, 1997, from 9:00 a.m. until 3:30 p.m. For a Sales Brochure, call (215) 656-3939 and ask for a copy of sale number 31FBPS-97-014. CITE: (M-359 SN015267)